Loading...
HomeMy WebLinkAboutR2020-110 2020-06-22RESOLUTION NO. R2020-110 A Resolution of the City Council of the City of Pearland, Texas, awarding a construction services contract associated with the McHard Road Expansion Project (Mykawa Road to Cullen Parkway), to James Construction Group, LLC., in the amount of $29,658,286.30. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That competitive bids for construction of the McHard Road Expansion Project have been reviewed and tabulated. Section 2. That the City Council hereby awards the bid to James Construction Group, LLC., in the amount of $29,658,286.30 Section 3. The City Manager or his designee is hereby authorized to execute a construction services contract for the McHard Road Expansion Project. PASSED, APPROVED and ADOPTED this the 22nd day of June, A.D., 2020. ATTEST: APPROVED AS TO FORM: oo'�- dL-, L DARRIN M. COKER CITY ATTORNEY i TOM REID MAYOR Project Manual for: McHard Road Extension Project Cullen Boulevard to Mykawa Road Volume 1 of 2 COP Project No.: TR1405 TxDOT Project No.: STP 2014(326) MM TxDOT CSJ: 0912-31-290 Bid No.: 1020-04 December 2019 Prepared By: r-� NICHOLS Freese and Nichols, Inc. 11200 Broadway Street Suite 2320 Pearland, TX 77584 TBPE Firm Registration No. 2144 oF / MEHRAN BAVARIAN / /-��:999099999999Y999??mmnsm.� / �, 4881 1 0 ���AV �♦ 10/25/2019 CITY OF PEARLAND Document 00010-T TABLE OF CONTENTS TABLE OF CONTENTS Doc. No. Document Title Page No. Volume 1 of 2 INTRODUCTORY INFORMATION 00010-T TxDOT Table of Contents.........................................................................1-5 00015 List of Drawings..................................................................................6-13 BIDDING REQUIREMENTS 00100 Invitation to Bid.................................................................................14-17 00110-T Item 1 L — LGPP Abbreviations & Definitions Supplement................................18-29 00200 Instructions to Bidders..........................................................................30-37 0020OA-T Instructions to Bidders Appendix: LGPP Bid Checklist...................................38-39 5 00210-T Item 2L — LGPP Supplement to Instructions to Bidders...................................40-46 00300 Bid Proposal.....................................................................................47-63 00310-T Item 3L — LGPP Award and Execution of Contract........................................64-67 00456 Bidder's Certificate of Compliance with Buy America Program..............................68 00457 Conflict of Interest Questionnaire.............................................................69-70 CONTRACTING REQUIREMENTS AGREEMENT 00500 Standard Form of Agreement..................................................................71-77 00500A Standard Form of Agreement Appendix A: Title VI Nondiscrimination Assurances....................................................................................... 78-79 00500B Standard Form of Agreement Appendix B: House Bill 89 Verification .....................80 00550 Certificate of Interested Parties Form 1295 ......................................................81 BONDS AND CERTIFICATES 00610 Performance Bond.......................................................... ...........82-83 00611 Payment Bond....................................................................................84-85 00612 One -Year Maintenance Bond..................................................................86-87 00615 Partial Waiver of Lien..............................................................................88 GENERAL CONDITIONS 00700 General Conditions of Agreement...........................................................89-128 Attachment No. 1 — Worker's Compensation Insurance Coverage ....................129-131 Attachment No. 2 — Agreement for Final Payment and Contractor's Sworn Release.........................................................................................132-13 5 Attachment No. 3 — Owner's Insurance Requirements of Contractor.................136-145 00770-T Item 4L — LGPP General Conditions and Scope of Work..............................146-151 00780-T Item 5L — LGPP General Conditions and Control of the Work ........................152-159 00790-T Item 6L — LGPP Control of Materials ......................................................160-165 00795-T Item 7L — LGPP Legal Relations and Responsibilities....................................166-178 00796-T Item 8L - Prosecution and Progress.........................................................179-190 00010-T Page 1 of 5 1 CITY OF PEARLAND TABLE OF CONTENTS 00797-T Item 9L — LGPP Measurement and Payment..............................................191-198 SP 000-002L Nondiscrimination............................................................................252-253 SUPPLEMENTARY CONDITIONS SP 000-003L 00800 Special Conditions of Agreement ...........................................................199 -200 00811-T Wage Rates......................................................................................201-204 00850-T TxDOT LGPP Requirements........................................................................205 Specifications (Executive Order 11246)........................................................259-262 ■ FHWA-1273 Required Contract Provisions.....................................206-217 Disadvantaged Business Enterprise in Federal -Aid Contracts..........................263-269 SP 002-011L ■ Bidder Certification............ ......................................................... ....218 Legal Relations and Responsibilities .......................................................271-272 ■ Buy America Provision..............................................................219-220 Temporary Erosion, Sedimentation, and Environmental Controls .....................273-283 ■ Buy America — Material Statement ......................................................221 ■ Child Support Statement.................................................................222 ■ Child Support Certification .................. ....................................... ......223 ■ Child Support Business Ownership Form.......... ............................... ......224 ■ Contractor Acknowledgement of Stormwater Management Program ............ 225 ■ .................................................... Contractor's Assurance........... .....226 ■ Debarment Certification............ ............................................... ......227 ■ Differing Site Conditions ............. ........................................... ..........228 ■ Disadvantaged Business Enterprise Requirements.......... ................229 ■ DBE Commitment Agreement Form................................ ...................230 ■ DBE Material & Supplier Commitment Agreement Form.......... .........231 ■ DBE Substitution Request Form........... ...................................... .......232 ■ DBE Commercially Useful Function Project Site Review .........................233 ■ DBE Trucking Credit Worksheet .................... ............................. .......234 ■ DBE Good Faith Effort — Prime Contractor .................... ....235-236 ■ DBE Monthly Progress Report ..................................... .......................237 ■ DBE Final Report ............. ...........................238 .................................. ■ Equipment Rental Rates .............. ......................................... ....239-240 ■ ........................ Certification Regarding Lobbying ........................... ....241 ■ Statement of Loan Guarantees and Load Insurance ............. .................. .....242 ■ Non -Collusion Statement........................................ ...........................243 ■ Affidavit.......................................................................................244 ■ Payroll Verification Information.......... ............................................ ....245 ■ Prison Produced Materials .............. ........................................... ......246 ■ ............................... Railroad Insurance Provision ................ ......247-248 ■ TxDOT Certificate of Insurance — Form 1560 ............... ........249-250 2014 LOCAL GOVERNMENT SPECIAL PROVISIONS: FEDERAL -AID CONSTRUCTION CONTRACTS SP 000-001L Schedule of Liquidated Damages ..........................................................251 SP 000-002L Nondiscrimination............................................................................252-253 SP 000-003L Certification of Nondiscrimination in Employment............................................254 SP 000-004L Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246).........................................................255-258 SP 000-005L Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)........................................................259-262 SP 000-394L Disadvantaged Business Enterprise in Federal -Aid Contracts..........................263-269 SP 002-011L Instructions to Bidders...............................................................................270 SP 007-001L Legal Relations and Responsibilities .......................................................271-272 SP 506-001L Temporary Erosion, Sedimentation, and Environmental Controls .....................273-283 00010-T Page 2 of 5 2 CITY OF PEARLAND 2014 TxDOT SPECIAL SPECIFICATIONS TABLE OF CONTENTS SS 6002 Video Imaging Vehicle Detection System..................................................284-291 SS 6007 Intelligent Transportation System (ITS) Fiber Optic Cable................................292-304 SS 6016 Multi -Duct Conduit System ........................................... .............305-312 SS 6058 Battery Back-up System for Signal Cabinets...............................................313-319 SS 6186 Intelligent Transportation System (ITS) Ground Box.....................................320-324 CITY OF PEARLAND GENERAL NOTES.................................................................325-333 2014 TxDOT GENERAL NOTES..............................................................................334-347 2014 TxDOT STANDARD SPECIFICATIONS 2014 Texas Department of Transportation (TxDOT) Standard Specifications are included in this Table of Contents for reference. Copies of these documents can be found on the TxDOT website at hUs://www.txdot. gov/business/resources/txdot-specifications.html. Item 110 Excavation Item 132 Embankment Item 162 Sodding for Erosion Control Item 164 Seeding for Erosion Control Item 360 Concrete Pavement Item 416 Drilled Shaft Foundations Item 432 Riprap Item 462 Concrete Box Culverts and Drains Item 465 Junction Boxes, Manholes, and Inlets Item 506 Temporary Erosion, Sedimentation, and Erosion Controls Item 528 Colored Textured Concrete and Landscape Pavers Item 530 Intersections, Driveways, and Turnouts Item 531 Sidewalks Item 542 Removing Metal Beam Guard Fence Item 552 Wire Fence Item 560 Mailbox Assemblies Item 618 Conduit Item 620 Electrical Conductors Item 621 Tray Cable Item 624 Ground Boxes Item 628 Electrical Services Item 672 Raised Pavement Markers Item 677 Eliminating Existing Pavement Markings and Markers Item 680 Highway Traffic Signals Item 682 Vehicle and Pedestrian Signal Heads Item 684 Traffic Signal Cables Item 686 Traffic Signal Pole Assemblies (Steel) Item 688 Pedestrian Detectors and Vehicle Loop Detectors Item 690 Maintenance of Traffic Signals Item 730 Roadside Mowing 00010-T Page 3 of 5 3 CITY OF PEARLAND CITY OF PEARLAND SPECIFICATIONS TABLE OF CONTENTS Bold City of Pearland Standard Specifications are incorporated in this Table of Contents for reference. Copies of these documents can be downloaded from the City of Pearland website: haps://www.pearlandtx. og v/del2artments/en ing cerin -aa nd-capital-projects/en ing eering/standard- construction-documents (or at https://www.pearlandtx.gov/ by going to the Department of Engineering, Engineering Construction Documents). DIVISION 1: GENERAL REQUIREMENTS 01100 Summary of Work...........................................................................34-349 01140 Contractor's Use of the Premises 01200 Measurement and Payment Procedures 01290 Change Order Procedures 01310 Coordination and Meetings 01350 Submittals 01380 Construction Photographs 01420 Referenced Standards 01430 Contractor's Quality Control 01440 Observation Services 01450 Testing Laboratory Services 01500 Temporary Facilities and Controls 01505 Mobilization 01550 Stabilized Construction Exits 01554 Street Signs 01555 Traffic Control and Regulation 01560 Filter Fabric Fence 01561 Reinforced Filter Fabric Fence Barrier 01562 Waste Material Disposal 01563 Tree and Plant Protection 01564 Control of Ground Water and Surface Water 01565 TPDES Requirements 01566 Source Controls for Erosion and Sedimentation 01570 Trench Safety System 01580 Project Identification Signs 01600 Materials and Equipment 01630 Product Options and Substitutions 01720 Field Surveying 01750 Starting Systems 01760 Project Record Documents 01770 Contract Closeout DIVISION 2: SITE WORK 02200 Site Preparation 02220 Site Demolition 02252 Cement Stabilized Sand 02255 Bedding, Backfill, and Embankment Materials 11I111HIlks Page 4 of 5 4 CITY OF PEARLAND 02315 Excavation and Backfill for Detention Ponds 02316 Excavation and Backfill for Roadways 02317 Excavation and Backfill for Structures 02318 Excavation and Backfill for Utilities 02330 Embankment 02335 Subgrade 02370 Geotextile 02532 High Density Polyethylene (HDPE) Solid Wall Pipe 02542 Concrete Manholes and Accessories 02582 Thermoplastic Pavement Markings 02603 Frames, Grates, Rings, and Covers 02629 Safety End Treatments 02630 Storm Sewers 02631 Precast Inlets, Headwalls, and Wingwalls 02632 Cast -in -Place Inlets, Headwalls, and Wingwalls 02710 Base Course for Pavement 02741 Asphalt Concrete Pavement 02742 Prime Coat 02743 Tack Coat 02751 Concrete Pavement 02770 Curb, Curb and Gutter, and Headers 02771 Concrete Sidewalks 02775 Concrete Driveways 02811 Landscape Irrigation 02820 Wood Fences and Gates 02821 Chain Link Fences and Gates 02910 Topsoil 02921 Hydromulch Seeding 02922 Sodding 02931 Landscaping and Tree Planting 02981 Blast Cleaning of Pavement DMSION 3: CONCRETE 03300 Cast -In -Place Concrete 03310 Structural Concrete 13731 Computer Equipment Volume 2 of 2 APPENDICES TABLE OF CONTENTS A. Geotechnical Investigation — Proposed McHard Road Extension - Cullen Blvd to Mykawa Rd (Report No. 1140215001)......................................................................................................350-719 00010-T Page 5 of 5 k CITY OF PEARLAND Document 00015 LIST OF DRAWINGS LIST OF DRAWINGS SHEET NO. DRAWING TITLE 1 TITLE SHEET IA INSIDE TITLE SHEET WITH BDD#4 APPROVAL 2-3 INDEX OF SHEETS 4 LEGEND & ABBREVIATIONS 5-6 EXISTING TYPICAL SECTION 7-10 PROPOSED TYPICAL SECTION 11 PROPOSED SIDE STREET TYPICAL SECTION 12-13 GENERAL NOTES FOR THE CITY OF PEARLAND 14A -14G GENERAL NOTES 15-16 SUMMARY OF TRAFFIC CONTROL QUANTITIES 17-18 SUMMARY OF ROADWAY QUANTITIES 19-21 SUMMARY OF DRAINAGE QUANTITIES 22 SUMMARY OF REMOVAL QUANTITIES 23 SUMMARY OF SMALL SIGNS 24-25 SUMMARY OF SIGNING AND PAVEMENT MARKING QUANTITIES 26-27 SUMMARY OF TRAFFIC SIGNAL QUANTITIES 28-29 SUMMARY OF SWP3 QUANTITIES 30 SUMMARY OF LANDSCAPE AND HARDSCAPE QUANTITIES 31 SUMMARY OF FIBER OPTIC CONDUIT QUANTITIES 32 SUMMARY OF LIGHTING QUANTITIES TRAFFIC CONTROL PLANS 33 CONSTRUCTION SEQUENCE AND TRAFFIC CONTROL 34-35 TRAFFIC CONTROL - TYPICAL SECTIONS 36-37 TRAFFIC CONTROL - McHARD RD PHASE I 38-53 TRAFFIC CONTROL - SIDE STREETS PHASE I 54-55 TRAFFIC CONTROL - McHARD RD PHASE II 56-69 TRAFFIC CONTROL - SIDE STREETS PHASE II TRAFFIC CONTROL STANDARDS 70-81 BARRICADE AND CONSTRUCTION STANDARDS BC(1) THRU BC(12)-14 82-83 LOW PROFILE CONCRETE BARRIER LPCB-13 84 CONSTRUCTION SEQUENCE FOR MISCELLANEOUS DRIVES CSMD TC8010-2009 (HOU DIST) 85 DRIVEWAY SIGNING DS TC8020-04 (HOU DIST) 86 WORK ZONE SHORT TERM PAVEMENT MARKINGS WZ (STPM)-13 87 TRAFFIC SIGNAL WORK TYPICAL DETAILS WZ (BTS -1)-13 88 TRAFFIC SIGNAL WORK BARRICADES AND SIGNS WZ (BTS -2)-13 89 TRAFFIC CONTROL PLAN ONE -LANE TWO-WAY TRAFFIC CONTROL TCP(I-2)-18 90 TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(1-4)-18 00015-1 6 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 91 TRAFFIC CONTROL PLAN AUTOMATED FLAGGER ASSISTANCE DEVICES (AFADS) TCP(1-6)-18 92 TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCP(2-1)-18 93 TRAFFIC CONTROL PLAN LONG TERM LANE CLOSURES MULTILANE CONVENTIONAL RDS TCP (2-5)-18 94 TRAFFIC CONTROL PLAN MOBILE OPERATIONS UNDIVIDED HIGHWAY TCP(3-1)-13 95 TRAFFIC CONTROL PLAN MOBILE OPERATIONS RAISED PAVEMENT MARKER INSTALLATION/REMOVAL TCP(3-3)-14 ROADWAY DETAILS 96-102 REMOVAL SHEETS 103-109 HORIZONTAL ALIGNMENT DATA 110-118 McHARD ROAD HORIZONTAL & VERTICAL CONTROL 119-152 ROADWAY PLAN AND PROFILE 153-167 SIDE STREET PLAN AND PROFILE 168-177 INTERSECTION LAYOUTS 178 DRIVEWAY TABULATION DATA 179 DRIVEWAY DETAILS 180 SIDEWALK DETAILS 181-185 ROADWAY POINT DATA ROADWAY STANDARDS 186-187 JOINTED REINFORCED CONCRETE PAVEMENT DETAILS JRCP (HOU DIST) 188 FAST TRACK CONTINUOUSLY REINFORCED CONCRETE PAVEMENT DETAILS CRCP- FT (HOU DIST) 189 CONCRETE PAVEMENT JUNCTURES CPJ (HOU DIST) 190 CONCRETE CURB AND DIRECTIONAL ISLAND DETAILS CC & DID (HOU DIST) 191-194 PEDESTRIAN FACILITIES CURB RAMPS PED -18 195-197 DRIVEWAY DETAILS DD (HOU DIST) 198 BARBED WIRE AND WOVEN WIRE FENCE (STEEL POSTS) WF(2)-10 199-202 MAILBOX STANDARDS MB 15(1) DRAINAGE DETAILS 203-204 OVERALL DRAINAGE AREA 205-212 PROPOSED STORM SEWER DRAINAGE AREAS 213-214 RUNOFF COMPUTATIONS 215-225 DRAINAGE HYDRAULIC DATA - CCP2 226-228 DRAINAGE HYDRAULIC DATA - CCP6 229-231 DRAINAGE HYDRAULIC DATA - HI IOOD P2 232 DRAINAGE HYDRAULIC DATA - HS -I - H I A 233 DRAINAGE HYDRAULIC DATA - HS -1 - HIB 234-235 DRAINAGE HYDRAULIC DATA - WEST HIIOOD P5 236 DRAINAGE HYDRAULIC DATA - HS -2 - H2B 237 DRAINAGE HYDRAULIC DATA - HS -2 - H2C 238 DRAINAGE HYDRAULIC DATA - HS -2 - 112D 00015-2 7 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 239 DRAINAGE HYDRAULIC DATA - HS -2 - H2E 240 DRAINAGE HYDRAULIC DATA - HS -2 - H2F 241 DRAINAGE HYDRAULIC DATA - HS -2 - H2H 242-244 DRAINAGE HYDRAULIC DATA - EAST HI IOOD P5 245-246 DRAINAGE HYDRAULIC DATA - HI IOOD P7 247-249 DRAINAGE HYDRAULIC DATA - STONE RD 250-252 DRAINAGE HYDRAULIC DATA - MAX RD 253-255 DRAINAGE HYDRAULIC DATA - ROY RD 256-257 DRAINAGE HYDRAULIC DATA - GARDEN RD 258-259 DRAINAGE HYDRAULIC DATA - O'DAY RD 260-261 DRAINAGE HYDRAULIC DATA - HATFIELD RD 262-295 DRAINAGE PLAN AND PROFILE - McHARD ROAD 296-310 DRAINAGE PLAN AND PROFILE LATERALS - McHARD ROAD 311 DRAINAGE PLAN AND PROFILE - ADAMO LN 312-313 DRAINAGE PLAN AND PROFILE - STONE RD 314-315 DRAINAGE PLAN AND PROFILE - MAX RD 316-317 DRAINAGE PLAN AND PROFILE - ROY RD 318-319 DRAINAGE PLAN AND PROFILE - GARDEN RD 320-321 DRAINAGE PLAN AND PROFILE - O'DAY RD 322-323 DRAINAGE PLAN AND PROFILE - HATFIELD RD 324-325 DRAINAGE PLAN AND PROFILE - WOODY RD 326 DRAINAGE PLAN AND PROFILE LATERALS - ADAMO LN 327 DRAINAGE PLAN AND PROFILE LATERALS - STONE RD 328 DRAINAGE PLAN AND PROFILE LATERALS - MAX RD 329 DRAINAGE PLAN AND PROFILE LATERALS - ROY RD 330 DRAINAGE PLAN AND PROFILE LATERALS - GARDEN RD 331 DRAINAGE PLAN AND PROFILE LATERALS - O'DAY RD 332 DRAINAGE PLAN AND PROFILE LATERALS - HATFIELD RD 333 DRAINAGE PLAN AND PROFILE LATERALS - WOODY RD 334 OVERALL POND LAYOUT - POND CC -1 335-337 PROPOSED STORMWATER DETENTION POND CC -1 338 PROPOSED STORMWATER DETENTION POND CC -I CROSS SECTIONS 339 OVERALL POND LAYOUT - POND HS -2 340-345 PROPOSED STORMWATER DETENTION POND HS -2 346 PROPOSED STORMWATER DETENTION POND HS -2 CROSS SECTIONS 347 OVERALL POND LAYOUT - POND HS -1 348-349 PROPOSED STORM WATER DETENTION POND HS -1 350 PROPOSED STORM WATER DETENTION POND HS -1 CROSS SECTIONS 351-367 JUNCTION BOX AND MISCELLANEOUS DETAILS 368 DESIGN DATA FOR PRECAST BASE AND JUNCTION BOX -PDD (MOD) 369 JUNCTION BOX AND MISCELLANEOUS DETAILS -ADDITIONAL DETAILS FOR MANHOLE AND INLET ON REINFORCED CONCRETE BOX 370 IMODIFIED INLET TYPE AD 371 1 MODIFIED CURB INLET TYPE HIL -C 00015-3 8 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 372 JUNCTION BOX AND MISCELLANEOUS DETAILS - MODIFIED CURB INLET TYPE CI HIL -C I (MODIFIED) DRAINAGE STANDARDS 373 CURB INLET TYPE C (WITH OR WITHOUT EXTENSION) HIL -C (HOU DIST) 374 CURB INLET TYPE CI (WITH OR WITHOUT EXTENSION) HIL -C (HOU DIST) 375 GUTTER DEPRESSION DETAILS FOR CURB INLETS GD (HOU DIST) 376 INLETS TYPE AD & AAD HIL-AD/AAD (HOU DIST) 377 MANHOLES TYPE A & B MH-A/B (HOU DIST) 378 MISCELLANEOUS SEWER DETAILS MSD (HOU DIST) 379 SINGLE BOX CULVERTS PRECAST T-0" SPAN SCP -3 380 SINGLE BOX CULVERTS PRECAST 4'-0" SPAN SCP -4 381 SINGLE BOX CULVERTS PRECAST 5'-0" SPAN SCP -5 382 SINGLE BOX CULVERTS PRECAST 6'-0" SPAN SCP -6 383 SINGLE BOX CULVERTS PRECAST 7-0" SPAN SCP -7 384 SINGLE BOX CULVERTS PRECAST 8'-0" SPAN SCP -8 385 BOX CULVERTS PRECAST MISCELLANEOUS DETAILS SCP -MD 386 PRECAST BASE PB 387 DESIGN DATA FOR PRECAST BASE AND JUNCTION BOX PDD 388 PRECAST ROUND MANHOLE PRM 389-390 SAFETY END TREATMENT (FOR 0" SKEW BOX CULVERTS) (MAX HW=7'-0") TYPE I CROSS DRAINAGE SETB-CD 391-392 SAFETY END TREATMENT (FOR 0" SKEW BOX CULVERTS) (MAX HW=7'-0") TYPE I — PARALLEL DRAINAGE SETB-PD 393 PRECAST SAFETY END TREATMENT TYPE II -CROSS DRAINAGE SPET - RC 394 PRECAST SAFETY END TREATMENT TYPE II -PARALLEL DRAINAGE PSET - RP 395 EXCAVATION AND BACKFILL DIAGRAMS E&BD (HOU DIST) 396 EXCAVATION AND BACKFILL DIAGRAMS E&BD (HOU DIST)(MOD) 397 PIPE AND BOX GROUTED CONNECTIONS FOR PRECAST STRUCTURES 398 OUTFALL DETAILS (BRAZORIA, FORT BEND, GALVESTON, MONTGOMERY AND WALLER COUNTIES OD (HOU DIST) 399 MINOR OUTFALL DETAILS (BRAZORIA, FORT BEND, GALVESTON, MONTGOMERY AND WALLER COUNTIES (HOU DIST) 400-401 BRAZORIA DRAINAGE DISTRICT NO.4 STANDARD DETAILS UTILITIES 402-435 UTILITIES COORDINATION PLANS - McHARD ROAD 436 UTILITIES COORDINATION PLANS - ADAMO LN 437-438 UTILITIES COORDINATION PLANS - STONE RD 439-440 UTILITIES COORDINATION PLANS - MAX RD 441-442 UTILITIES COORDINATION PLANS - ROY RD 443-444 UTILITIES COORDINATION PLANS - GARDEN RD 445-446 UTILITIES COORDINATION PLANS - O'DAY RD 447-448 UTILITIES COORDINATION PLANS - HATFIELD RD 449-450 UTILITIES COORDINATION PLANS - WOODY RD TRAFFIC ITEMS 00015-4 9 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 451-452 CITY OF PEARLAND GENERAL NOTES 453 McHARD RD AT CULLEN BLVD - EXISTING TRAFFIC SIGNAL LAYOUT 454 McHARD RD AT CULLEN BLVD - PROPOSED TRAFFIC SIGNAL LAYOUT 455 McHARD RD AT CULLEN BLVD - TRAFFIC SIGNAL SCHEDULES 456 McHARD RD AT CULLEN BLVD - TRAFFIC SIGNAL ELECTRICAL SCHEDULE 457 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 458 McHARD RD AT MAX RD - PROPOSED TRAFFIC SIGNAL LAYOUT 459 McHARD RD AT MAX RD - TRAFFIC SIGNAL SCHEDULES 460 McHARD RD AT MAX RD - TRAFFIC SIGNAL ELECTRICAL SCHEDULE 461 TRAFFIC SIGNAL SUPPORT STRUCTURES - SIGNAL MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(1)-12 462 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 463 TRAFFIC SIGNAL POLE FOUNDATION TS -FD -12 464 McHARD RD AT ROY RD - PROPOSED TRAFFIC SIGNAL LAYOUT 465 McHARD RD AT ROY RD - TRAFFIC SIGNAL SCHEDULES 466 McHARD RD AT ROY RD - TRAFFIC SIGNAL ELECTRICAL SCHEDULE 467 TRAFFIC SIGNAL SUPPORT STRUCTURES - SIGNAL MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(1)-12 468 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 469 TRAFFIC SIGNAL POLE FOUNDATION TS -FD -12 470 McHARD RD AT GARDEN RD - PROPOSED TRAFFIC SIGNAL LAYOUT 471 McHARD RD AT GARDEN RD - TRAFFIC SIGNAL SCHEDULES 472 McHARD RD AT GARDEN RD - TRAFFIC SIGNAL ELECTRICAL SCHEDULE 473 TRAFFIC SIGNAL SUPPORT STRUCTURES - SIGNAL MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(1)-12 474 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 475 TRAFFIC SIGNAL POLE FOUNDATION TS -FD -12 476 McHARD RD AT O'DAY RD - PROPOSED TRAFFIC SIGNAL LAYOUT 477 McHARD RD AT O'DAY RD - TRAFFIC SIGNAL SCHEDULES 478 McHARD RD AT O'DAY RD - TRAFFIC SIGNAL ELECTRICAL SCHEDULE 479 TRAFFIC SIGNAL SUPPORT STRUCTURES - SIGNAL MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(1)-12 480 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 481 TRAFFIC SIGNAL POLE FOUNDATION TS -FD -12 482 McHARD RD AT HATFIELD RD - PROPOSED TRAFFIC SIGNAL LAYOUT 483 McHARD RD AT HATFIELD RD - TRAFFIC SIGNAL SCHEDULES 484 McHARD RD AT HATFIELD RD - TRAFFIC SIGNAL ELECTRICAL SCHEDULE 485 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 486 McHARD RD AT MYKAWA RD - EXISTING TRAFFIC SIGNAL LAYOUT 487 McHARD RD AT MYKAWA RD - PROPOSED TRAFFIC SIGNAL LAYOUT 488 McHARD RD AT MYKAWA RD - TRAFFIC SIGNAL SCHEDULES SIGNALIZATION STANDARDS 489-492 CITY OF PEARLAND TRAFFIC SIGNAL DETAILS FOR DECORATIVE POLES AND TRAFFIC SIGNAL STRUCTURES 493 MAST ARM DAMPENING PLATE DETAILS MA -DPD -12 00015-5 10 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 494 TRAFFIC SIGNAL SUPPORT STRUCTURES - SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(1)-12 495 TRAFFIC SIGNAL SUPPORT STRUCTURES - SINGLE MAST ARM ASSEMBLY (100 MPH WIND ZONE) SMA -100(2)-12 496-499 TRAFFIC SIGNAL SUPPORT STRUCTURES - LONG MAST ARM ASSEMBLY (50 TO 65 FT) (80 AND 100 MPH WIND ZONE) LMA(I)-12 THRU LMA(4)-12 500 LONG MAST ARM ASSEMBLY PARTS LIST LMA (5)-12 501 TRAFFIC SIGNAL POLE FOUNDATION TS -FD -12 502 ELECTRICAL DETAILS - CONDUITS & NOTES ED(1)-14 503 ELECTRICAL DETAILS - CONDUITS SUPPORTS ED(2)-14 504 ELECTRICAL DETAILS - CONDUCTORS ED (3)-14 505 ELECTRICAL DETAILS - GROUND BOXES ED (4)-14 506 ELECTRICAL DETAILS - SERVICE NOTES & DATA ED(5)-14 507 ELECTRICAL DETAILS - SERVICE ENCLOSURE & NOTES ED (6)-14 508 ELECTRICAL DETAILS - SERVICE SUPPORT TYPES SF & SP ED (7)-14 509 STANDARD ASSEMBLY FOR TRAFFIC SIGNAL SUPPORT STRUCTURES MAST ARM CONNECTIONS MA -C-12 510 STANDARD ASSEMBLY FOR TRAFFIC SIGNAL SUPPORT STRUCTURES MAST ARM CONNECTIONS MA-C(ILSN)-12 511 TRAFFIC SIGNAL SUPPORT STRUCTURES - MAST ARM POLE DETAILS MA -D-12 512 SIGNAL DETAILS/STANDARDS VIVDS CAMERA MOUNTING DETAILS VC/MD (HOU DIST) ILLUMINATION 513-529 ILLUMINATION PLAN FIBER OPTIC CONDUIT 530 GENERAL NOTES 531-547 FIBER OPTIC CONDUIT PLANS 548-558 FIBER OPTIC DETAILS AND NOTES FIBER OPTIC STANDARDS 559 ELECTRICAL DETAILS - TYPICAL TRAFFIC SIGNAL SYSTEM DETAILS ED(8)-14 560 ELECTRICAL DETAILS - DUCT CABLE/HDPE CONDUIT ED(11)-14 561 ITS CONDUIT TRENCH DETAILS ITS(27)-16 562 ITS CONDUIT BORE AND STEEL CASING DETAILS ITS(28)-16 563 ITS GROUND BOX DETAILS TYPE "1" WITH STEEL COVER ITS(37)-16 564 ITS GROUND BOX DETAILS TYPE "1" WITH STEEL COVER ITS(38)-17 565 ITS GROUND BOX DETAILS TYPE "2" WITH STEEL COVER ITS(39)-16 566 ITS GROUND BOX DETAILS TYPE "2" WITH STEEL COVER ITS(40)-17 567 ITS FIBER OPTIC CABLE MISCELLANEOUS DETAILS ITS(42)-16 568 ITS FIBER OPTIC CABLE MISCELLANEOUS DETAILS ITS(43)-16 SIGNING AND PAVEMENT MARKINGS 569-577 McHARD RD AND MYKAWA RD - SIGNING AND STRIPING LAYOUT 578 STONE RD AND MAX RD - SIGNING AND STRIPING LAYOUT 579 ROY RD AND GARDEN RD - SIGNING AND STRIPING LAYOUT 00015-6 11 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 580 O'DAY RD AND HATFIELD RD - SIGNING AND STRIPING LAYOUT 581 WOODY RD - SIGNING AND STRIPING LAYOUT SIGNING AND PAVEMENT MARKING STANDARDS 582 SIGN MOUNTING DETAILS FOR SMALL ROADSIDE SIGNS -GENERAL NOTES & DETAILS SMD (GEN) -08 583-585 SIGN MOUNTING DETAILS FOR SMALL ROADSIDE SIGNS -TRIANGULAR SLIPBASE SYSTEM SMD (SLIP -1)-08, SMD (SLIP -2)-08, & SMD (SLIP -3)-08 586 TYPICAL STANDARD PAVEMENT MARKINGS PM(1)-12 587 POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-12 588 PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM(3)-12 589 TYPICAL SIGN REQUIREMENTS TSR(3)-13 590 TYPICAL SIGN REQUIREMENTS TSR(4)-13 591 TYPICAL SIGN REQUIREMENTS TSR(5)-13 592 PAVEMENT MARKINGS (CONTRAST LANE LINES) PM(CLL)-14 593 PAVEMENT MARKINGS (DOTTED EXTENSION DETAILS) PM(DOT)-11 ENVIRONMENTAL ISSUES 594 TxDOT STORM WATER POLLUTION PREVENTION PLAN (SWP3) 595-603 STORM WATER POLLUTION PREVENTION PLAN - McHARD RD PHASE I 604-612 STORM WATER POLLUTION PREVENTION PLAN - McHARD RD PHASE II 613-614 STORM WATER POLLUTION PREVENTION PLAN - STONE RD PHASE I 615-616 STORM WATER POLLUTION PREVENTION PLAN - MAX RD PHASE I 617-618 STORM WATER POLLUTION PREVENTION PLAN - ROY RD PHASE I 619-620 STORM WATER POLLUTION PREVENTION PLAN - GARDEN RD PHASE I 621-622 STORM WATER POLLUTION PREVENTION PLAN - O'DAY RD PHASE I 623-624 STORM WATER POLLUTION PREVENTION PLAN - HATFIELD RD PHASE I 625-627 STORM WATER POLLUTION PREVENTION PLAN - WOODY RD PHASE I 628-629 STORM WATER POLLUTION PREVENTION PLAN - STONE RD PHASE II 630-631 STORM WATER POLLUTION PREVENTION PLAN - MAX RD PHASE II 632-633 STORM WATER POLLUTION PREVENTION PLAN - ROY RD PHASE II 634-635 STORM WATER POLLUTION PREVENTION PLAN - GARDEN RD PHASE II 636-637 STORM WATER POLLUTION PREVENTION PLAN - O'DAY RD PHASE II 638-639 STORM WATER POLLUTION PREVENTION PLAN - HATFIELD RD PHASE II 640-641 STORM WATER POLLUTION PREVENTION PLAN - WOODY RD PHASE II 642 STORM WATER POLLUTION PREVENTION PLAN - CLEAR CREEK DETENTION POND 642A -642D WETLAND LOCATION PLANS 643-645 ENVIRONMENTAL PERMIT ISSUES AND COMMITMENTS (EPIC) SWP3 STANDARDS 646 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES - FENCE & VERTICAL TRACKING - EC(1)-16 647 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES - ROCK FILTER DAMS - EC(2)-16 00015-7 12 CITY OF PEARLAND LIST OF DRAWINGS SHEET NO. DRAWING TITLE 648 TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES - CONSTRUCTION EXITS - EC(3)-16 649 EROSION CONTROL LOG ECL -12 (HOU DIST) LANDSCAPING 650-666 LANDSCAPE MEDIAN PLANTING PLANS 667-669 LANDSCAPE DETAILS - PLANTING DETAILS 670 TREE LOCATION TABLE 671 FERTILIZER, SEED, SOD, STRAW, COMPOST, AND WATER 672 LANDSCAPE PAVER DETAILS 673-689 LANDSCAPE IRRIGATION MEDIAN PLANS 690-693 LANDSCAPE IRRIGATION NOTES AND DETAILS BORING LOGS 694-699 PLAN OF GEOTECHNICAL BORINGS 700-706 BORING LOG PROFILE 707-725 1 SOIL BORING LOGS 00015-8 13 CITY OF PEARLAND Section 00100 INVITATION TO BID (LGPP) CITY OF PEARLAND, TEXAS INVITATION TO BID Sealed Electronic Bids will be accepted for the following project, in the City's E -bid System. Electronic bids shall be submitted through the City's web site at: hqps://Dearland.ionwave.net/Login.aspx. All interested Bidders are required to register as a "supplier" on the City's E -bid System at the above web address and clicking on "Supplier Registration". Registration provides automatic access to any changes to the Plans, Specifications or Bid time and date. However, submission of an E -bid requires completing a short registration questionnaire found on this web site. When prompted to add or remove commodity codes registrants must add the codes listed below: * Building Construction Services, New (Includes Maintenance and Repair Services) * Construction Services, General (Includes Maintenance and Repair Services) * Construction Services, Heavy (Includes Maintenance and Repair Services) * Construction Services, Trade (New Construction) For more information regarding registration instructions, see INSTRUCTIONS TO BIDDERS, Section 00200, included in the project bid documents viewable on the web site. Questions regarding electronic bidding should be directed to City Purchasing Officer at ebidsC�nearlandtx.gov. All Bids submitted electronically will remain confidential until the opening date and time when they will be opened and read into the public record. Bids, shall be submitted on the form provided in the E -bid .System and submitted electronically through this system to the City Purchasing Officer, City of Pearland, City Hall Annex located at 3523 Liberty Drive, Pearland, Texas 77581. Electronic bids will be accepted until 2:00 p.m., Thursday, February 20, 2020. All Bids shall reference the following project information in the appropriate locations in provided electronic format. All properly submitted bids shall be publicly "opened" and read aloud into the public record following the closing of the acceptance period for the construction of: McHard Road Extension Cullen Boulevard to Mykawa Road City of Pearland, Texas CSJ NO.: 0912-31-290 COP PN: TR1405 BID NO.: 1020-04 A mandatory pre-bid conference will be held at the City of Pearland City Hall at 3519 Liberty Drive, Pearland, Texas 77581 at 2:00 p.m. on February 4, 2020. The project will entail the construction of approximately 3.45 miles of 4 -lane, divided urban roadway along McHard Road between Cullen Boulevard and Mykawa Road. This project will include the construction of a 10 -foot wide shared use path, storm sewer system and detention ponds, intersection signalization, roadway lighting conduit, fiber optic conduit, landscaping and irrigation, and installation of signs and pavement markings. 7-2018 00100 - 1 of 4 CITY OF PEARLAND INVITATION TO BID Upon award of a contract, the successful Bidder will be required to utilize the City's web based project management software, "Pro -Trak" for the administration of the construction project, including but not limited to, all transmittals and material submittals, RFI's, RFC's, Change Orders, Applications for Payment and all project communications with the City, its Construction Manager and Engineer. This system has certain hardware, internet access and operation requirements that form the basis for all project communications, documentation and records for the project. For more information, see INSTRUCTIONS TO BIDDERS, Section 00200. Electronic Bid Documents: including Contract Documents, Plans and Technical Specifications are available for download on the City's Website at: https://pearland.ionwave.net/Lo ig n.aWx upon registration. The documents are NOT viewable without registration. These same documents are also available at the following locations. Amtek Plan Room 4001 Sherwood Houston, TX 77092 The Associated General Contractors of America, Inc. 2400 Augusta, Suite 350 Houston, TX 77057 Virtual Builders Exchange 7035 W. Tidwell Building J, Suite 112 Houston, TX 77092 McGrawHill Construction — Dodge Reports CivCast USA (713)956-0100 (713)334-7100 (832) 613-0201 1-800-393-6343 https://www.civcastusa.com No plan fees or deposits are required for plans and bid documents obtained through the City's E - bid System. BIDDERS MUST REGISTER AS A SUPPLIER ON THE CITY'S E -BID SYSTEM IN ORDER TO SUBMIT A BID EVEN IF BID DOCUMENTS ARE OBTAINED VIA ONE OF THE PLAN HOUSES. Bidders accept sole responsibility for downloading all of the required documents, plans, specifications bid forms and addenda required for bidding. No bid may be withdrawn or terminated for a period of ninety (90) days subsequent to the bid opening date without the consent of the City of Pearland. Unless otherwise expressly provided herein, all references to "day(s)" shall mean calendar day(s). Bid Security and Bonds: Bid Security in the form of Cashier's Check, Certified Check, or Bid Bond payable to the City of Pearland in the amount of 5% of the total base bid price must accompany each proposal. Bidders submitting bids electronically through the E -bid System shall scan and up -load a copy of the sealed Bid Bond as an attachment to their bid. Original documents 7-2018 00100 - 2 of 4 15 CITY OF PEARLAND INVITATION TO BID for Bid Security shall be requested by the City from the lowest two bidders and delivered to the City's Purchasing Officer within 48 business hours of the Bid Opening. Bid Security shall be delivered to: Office of City Purchasing, Finance Department, City Hall Annex, 3523 Liberty Drive, Pearland, Texas 77581. The successful Bidder must furnish Performance and Payment Bonds as required Chapter 2253 of the Texas Government Code or other applicable law, as amended, upon the form included in the Contract Documents, in the amount of one hundred percent (100%) of the contract price, such bonds to be executed by a corporate surety duly authorized to do business in the State of Texas, and named in the current list of "Treasury Department Circular No. 570", naming the City of Pearland, Texas as Obligee. Additionally, the successful bidder shall be required to provide a one year Maintenance Bond for the improvements installed as part of this work, as provided in the Special Conditions of Agreement. The Bidder agrees to submit to the Owner the Qualifications of Bidder, including the Financial Statement of Bidder, if requested to do so. As required by the Instructions to Bidders and as a condition of Bid acceptability, the Contractor hereby agrees: • That the Prime Contractor, the entity named herein as the Bidder, will perform thirty percent (30%) or more of the work of the Contract and that this will be reflected in monthly pay applications; • That the City, as Owner and Contract Administrator, retains the right to review and approve Contractor's and all Subcontractors' DBE Certifications and to reject any Bid or Subcontractor failing to meet these requirements; and • That the City, as Owner and Contract Administrator, retains the right to review and approve the Contractor's and all Subcontractors' qualifications to perform the Work of the Contract and to reject any Subcontractor not meeting the City's standards, as outlined in the General Conditions, or TxDOT's and FHWA qualifications for performing the Work. Equal Opportunity: All responsible bidders will receive consideration for award of contract without regard to race, color, religion, sex, or national origin. Nondiscrimination: The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally - Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. DBE/SBE Goal: The Disadvantaged Business Enterprise (DBE) goal for this project is 3.5%. The Small Business Enterprise (SBE) goal for this project is 0%. DBEs and SBEs selected must be TxDOT approved. Race neutral participation is encouraged and can be achieved through various supplier and subcontracting opportunities. 7-2018 00100 - 3 of 4 1R CITY OF PEARLAND INVITATION TO BID Selection Criteria: The Contract is to be awarded on the basis of Lowest Responsible and Responsive Bidder. In identifying this criteria the City will consider: 1) lowest total bid price for all work listed and specifically requested, including but not limited to: Base Bid, Extra Work items and selected Alternates. The City of Pearland reserves the right to award a contract based on any combination of the above considered to be in its best interests or to reject any or all bids. A bid that has been "opened" may not be changed for the purposes of correcting an error in the bid price. Crystal Roan City Secretary, City of Pearland First Publication date January 15, 2020 Second Publication date January 22, 2020 7-2018 00100 - 4 of 4 17 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS Section 00110-T Item 1L SUPPLEMENT LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 1. APPLICABILITY Wherever the following terms are used in these specifications or other Contract documents, the intent and meaning will be interpreted as shown below. 2. ABBREVIATIONS AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ACPA American Concrete Pipe Association AI Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALSC American Lumber Standard Committee, Inc. AMRL AASHTO Materials Reference Laboratory ANLA American Nursery and Landscape Association ANSI American National Standards Institute APA The Engineered Wood Association API American Petroleum Institute APWA American Public Works Association AREMA American Railway Engineering and Maintenance -of -Way Association ASBI American Segmental Bridge Institute ASCE American Society of Civil Engineers ASLA American Society of Landscape Architects ASME American Society of Mechanical Engineers ASNT American Society for Nondestructive Testing ASTM American Society for Testing and Materials AWC American Wood Council AWG American Wire Gage AWPA American Wood Protection Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BMP Best Management Practices CFR Code of Federal Regulations CMP Corrugated Metal Pipe COE U.S. Army Corps of Engineers CRSI Concrete Reinforcing Steel Institute DBE Disadvantaged Business Enterprise DMS Departmental Material Specification EIA Electronic Industries Alliance EPA United States Environmental Protection Agency FHWA Federal Highway Administration, U.S. Department of Transportation FSS Federal Specifications and Standards (General Services Administration) GSA United States General Services Administration HUB Historically Underutilized Business 4-2018 00110-T 1 of 12 18 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT ICEA Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IESNA Illuminating Engineering Society of North America IMSA International Municipal Signal Association ISO International Organization for Standardization ITS Intelligent Transportation System ITE Institute of Transportation Engineers LG Local Government LGPP Local Government Project Procedures LRFD Load and Resistance Factor Design MASH Manual for Assessing Safety Hardware MPL Material Producer List (TxDOT document) NCHRP National Cooperative Highway Research Program NCR Nonconformance Report (TxDOT form) NEC National Electrical Code (Published by NFPA) NEMA National Electrical Manufacturers Association NEPA National Environmental Policy Act NESC National Electrical Safety Code NFPA National Fire Protection Association NIST National Institute of Standards and Technology NRM Nonhazardous Recyclable Material NRMCA National Ready Mixed Concrete Association NSBA National Steel Bridge Alliance NTPEP National Transportation Product Evaluation Program OSHA Occupational Safety & Health Administration, U.S. Department of Labor PCA Portland Cement Association PCI Precast/Prestressed Concrete Institute PE Professional Engineer PPI Plastics Pipe Institute PS&E Plans, Specifications, and Estimates PSL Project -Specific Location PTI Post -Tension Institute QA Quality Assurance QC Quality Control RCP Reinforced Concrete Pipe RPLS Registered Public Land Surveyor RRC Railroad Commission of Texas SBE Small Business Enterprise SFPA Southern Forest Products Association SI International System of Units SPIB Southern Pine Inspection Bureau SSPC The Society for Protective Coatings TAC Texas Administrative Code TCEQ Texas Commission on Environmental Quality TDLR Texas Department of Licensing and Regulation TGC Texas Government Code TMUTCD Texas Manual on Uniform Traffic Control Devices TxDOT Texas Department of Transportation UL Underwriters Laboratory, Inc. USC United States Code WRI Wire Reinforcement Institute WWPA Western Wood Products Association 4-2018 00110-T 2 of 12 19 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3. DEFINITIONS 3.1. Abrasive Blasting. Spraying blasts of pressurized air combined with abrasive media. 3.2. Actual Cost. Contractor's actual cost to provide labor, material, equipment, and project overhead necessary for the work. 3.3. Addendum. Change in bid documents developed between advertising and bid submittal deadline. 3.4. Additive Alternate. A bid item contained in the bid documents that is not a regular item or a replacement alternate bid item. The additive alternate items include work that may be added to the base bid work. 3.5. Deductive Alternate. A bid item contained in the bid documents that is not a regular item or a replacement alternate bid item. The deductive alternate items include work that may be deducted from the base bid work. 3.6. Advertisement. The public announcement required by law inviting bids for work to be performed or materials to be furnished. 3.7. Affiliates. Two or more firms are affiliated if they share common officers, directors, or stockholders; a family member of an officer, director, or stockholder of one firm serves in a similar capacity in another of the firms; an individual who has an interest in, or controls a part of, one firm either directly or indirectly also has an interest in, or controls a part of, another of the firms; the firms are so closely connected or associated that one of the firms, either directly or indirectly, controls or has the power to control another firm; one firm controls or has the power to control another of the firms; or the firms are closely allied through an established course of dealings, including, but not limited to, the lending of financial assistance. 3.8. Air Blasting. Spraying blasts of pressurized air free of oil and moisture. 3.9. Air Temperature. The temperature measured in degrees Fahrenheit (°F) in the shade, not in the direct rays of the sun, and away from artificial heat. 3.10. Anticipated Profit. Profit for work not performed. 3.11. Apparent Low Bidder. The Bidder determined to have the numerically lowest total bid as a result of the tabulation of bids by the Owner. 3.12. Architect of Record. A person registered as an architect or licensed as a landscape architect, in accordance with State law, exercising overall responsibility for the design or a significant portion of the design and performs certain Contract administration responsibilities as described in the Contract; or a firm employed by the Owner to provide professional architectural services. 3.13. Arterial Highway. A highway used primarily for through traffic and usually on a continuous route. 3.14. Notice of Award. The Owner's acceptance of a Contractor's bid for a proposed Contract that authorizes the Owner to enter into a Contract. 3.15. Base Bid. The total bid amount without additive alternates. 4-201 � 00110-T 3 of 12 20 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.16. Bid. The offer from the Bidder for performing the work described in the bid documents, submitted on the prescribed bid form, considering addenda issued and giving unit bid prices for performing the work described in the bid documents. 3.17. Bid Bond. The security executed by the Contractor and the Surety furnished to the Owner to guarantee payment of liquidated damages if the Contractor fails to enter into an awarded Contract. 3.18. Bid Documents. The complete set of documents necessary for a Bidder to submit a bid. The documents may include plans, specifications, special specifications, special provisions, addenda, and the prescribed form a Bidder is to submit as the Bid. Other terms used may include general conditions, project manual, instructions to bidders, and construction specifications. 3.19. Bid Error. A mathematical mistake made by a Bidder in the unit price entered into the bid documents. 3.20. Bid Form. The portion of the bid documents that a prospective Bidder must submit to the Owner for their bid to be considered. 3.21. Bidder. An individual, partnership, limited liability company, corporation, or joint venture submitting a bid for a proposed Contract. 3.22. Blast Cleaning. Using one of the blasting methods, including, but not limited to, water blasting, low-pressure water blasting, high-pressure water blasting, abrasive blasting, water -abrasive blasting, shot blasting, slurry blasting, water injected abrasive blasting, and brush blasting. 3.23. Bridge. A structure, including supports, erected over a depression or an obstruction (e.g., water, a highway, or a railway) having a roadway or track for carrying traffic or other moving loads, and having an opening measured along the center of the roadway of more than 20 ft. between faces of abutments, spring lines of arches, or extreme ends of the openings for multiple box culverts. 3.24. Brush Blasting. Sweeping lightly with an abrasive blast to remove loose material. 3.25. Building Contract. A Contract entered under State law for the construction or maintenance of an Owner building or appurtenance facilities. Building Contracts are considered to be construction Contracts. 3.26. Certificate of Insurance. A form approved by the Owner covering insurance requirements stated in the Contract. 3.27. Change Order. Written order to the Contractor detailing changes to the specified work, item quantities or any other modification to the Contract. 3.28. Concrete Construction Joint. A joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set. 3.29. Concrete Repair Manual. TxDOT manual specifying methods and procedures for concrete repair as an extension of the standard specifications. 3.30. ConcreteWorks©. TxDOT-owned software for concrete heat analysis. Software is available on the TxDOT's website. 3.31. Construction Contract. A Contract entered under State law for the construction, reconstruction, or maintenance of a segment of the Owner's transportation system. 4-2018 00110-T 4 of 12 21 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.32. Consultant. The licensed professional engineer or engineering firm, or the architect or architectural firm, registered in the State of Texas and under Contract to the Owner to perform professional services. The consultant may be the Engineer or architect of record or may provide services through and be subcontracted to the Engineer or architect of record. 3.33. Contract. The agreement between the Owner and the Contractor establishing the obligations of the parties for furnishing of materials and performance of the work prescribed in the Contract documents. 3.34. Contract Documents. Elements of the Contract, including, but not limited to, the plans, specifications incorporated by reference, special provisions, special specifications, Contract bonds, change orders, addendums, and supplemental agreements. 3.35. Contract Time. The number of days specified for completion of the work, including authorized additional working days. 3.36. Contractor. The individual, partnership, limited liability company, corporation, or joint venture and all principals and representatives with which the Contract is made by the Owner. 3.37. Controlled Access Highway. Any highway to or from which access is denied or controlled, in whole or in part, from or to abutting land or intersecting streets, roads, highways, alleys, or other public or private ways. 3.38. Control of Access. The condition in which the right to access of owners or occupants of abutting land or other persons in connection with a highway is fully or partially controlled by public authority. 3.39. Control Point. An established point shown on the plans to provide vertical and horizontal references for geometric control for construction. 3.40. Cross -Sections. Graphic representations of the original ground and the proposed facility, at right angles to the centerline or base line. 3.41. Culvert. Any buried structure providing an opening under a roadway for drainage or other purposes. Culverts may also be classified as bridges. (See Section 1.3.23., "Bridge.") 3.42. Cycle. The activity necessary for performing the specified work within the right of way project limits once. 3.43. Daily Road -User Cost. Damages based on the estimated daily cost of inconvenience to the traveling public resulting from the work. 3.44. Date of Written Authorization. Date of the written Notice to Proceed authorizing the Contractor to begin work. 3.45. Debar (Debarment). Action taken by the Owner, State, or federal government pursuant to regulation that prohibits a person or company from entering into a Contract, or from participating as a subcontractor, or supplier of materials or equipment used in a highway improvement Contract as defined in local, state, or federal law. 3.46. Detour. A temporary traffic route around a closed portion of a road. 4-2018 00110-T 5 of 12 22 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.47. Department. When used in the context of the party with whom the Contractor has a Construction Contract, Department refers to Owner. When used in other contexts such as technical specifications, refers to the Texas Department of Transportation. 3.48. Departmental Material Specifications. Reference specifications for various materials published by TxDOT's Construction Division with a DMS-XXXXX numbering system. 3.49. Direct Traffic Culvert. Concrete box culvert whose top slab is used as the final riding surface or is to have an overlay or other riding surface treatment. 3.50. Disadvantaged Business Enterprise. A small business certified through the Texas Unified Certification Program in accordance with 49 CFR Part 26, that is at least 51% owned by one or more socially and economically disadvantaged individuals, or in the case of a publicly owned business, in which is at least 51% of the stock is owned by one or more socially and economically disadvantaged individuals, and whose management and daily business operations are controlled by one or more of the individuals who own it. 3.51. Divided Highway. A highway with separate roadways intended to move traffic in opposite directions. 3.52. Easement. A real property right acquired by one party to use land belonging to another party for a specified purpose. 3.53. Engineer. The Professional Engineer licensed in Texas who represents the interests of the Owner. 3.54. Entity. Political subdivision for which the project is designed and constructed. Either a Municipality (City) or a County or other entity organized under the authority of State of Texas statutes. May also be referred to as an Owner. 3.55. Expressway. A divided arterial highway for through traffic with full or partial control of access and generally with grade separations at intersections. 3.56. Family Member. A family member of an individual is the individual's parent, parent's spouse, step-parent, step -parent's spouse, sibling, sibling's spouse, spouse, child, child's spouse, spouse's child, spouse's child's spouse, grandchild, grandparent, uncle, uncle's spouse, aunt, aunt's spouse, first cousin, or first cousin's spouse. 3.57. Force Account. Payment for directed work based on the actual cost of labor, equipment, and materials furnished with markups for project overhead and profit. 3.58. Freeway. An expressway with full control of access. 3.59. Frontage Road. A local street or road auxiliary to and located along an arterial highway for service to abutting property and adjacent areas and for control of access (sometimes known as a service road, access road, or insulator road). 3.60. Hazardous Materials or Waste. Hazardous materials or waste include, but are not limited to, explosives, compressed gas, flammable liquids, flammable solids, combustible liquids, oxidizers, poisons, radioactive materials, corrosives, etiologic agents, and other material classified as hazardous by 40 CFR 261, or applicable state and federal regulations. 3.61. High -Pressure Water Blasting. Water blasting with pressures between 5,000 and 10,000 psi. 4-2018 00110-T 6 of 12 23 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.62. Highway, Street, or Road. General terms denoting a public way for purposes of vehicular travel, including the entire area within the right of way. Recommended usage in urban areas is highway or street; in rural areas, highway or road. 3.63. Historically Underutilized Business. A corporation, sole proprietorship, partnership, or joint venture formed for the purpose of making a profit certified by the Texas Comptroller of Public Accounts, and 51% owned by one or more persons who are economically disadvantaged because of their identification as members of certain groups, including African Americans, Hispanic Americans, Asian -Pacific Americans, Native Americans, or women, and have a proportionate interest and demonstrate active participation in the control, operation, and management of the business' affairs. Individuals meeting the HUB definition are required to be residents of the State of Texas. Businesses that do not have their primary headquarters in the State of Texas are not eligible for HUB certification. 3.64. Incentive/Disincentive Provisions. An adjustment to the Contract price of a predetermined amount for each day the work is completed ahead of or behind the specified milestone, phase, or Contract completion dates. The amount of the incentive/disincentive is determined based on estimated costs for engineering, traffic control, delays to the motorists, and other items involved in the Contract. 3.65. Independent Assurance Tests. Tests used to evaluate the sampling and testing techniques and equipment used in the acceptance program. The tests are performed by the Owner or the Owner's representative and are not used for acceptance purposes. 3.66. Inspector. The person assigned by the Owner to inspect any or all parts of the work and the materials used for compliance with the Contract. 3.67. Intelligent Transportation System. An integrated system that uses video and other electronic detection devices to monitor traffic flows. 3.68. Intersection. The general area where 2 or more highways, streets, or roads join or cross, including the roadway and roadside facilities for traffic movements within it. 3.69. Island. An area within a roadway from which vehicular traffic is intended to be excluded, together with any area at the approach occupied by protective deflecting or warning devices. 3.70. Joint Venture. Any combination of individuals, partnerships, limited liability companies, or corporations submitting a single bid form. 3.71. Lane Rental. A method to assess the Contractor daily or hourly rental fees for each lane, shoulder, or combination of lanes and shoulders taken out of service. 3.72. Letting. The receipt, opening, tabulation, and determination of the apparent low Bidder. 3.73. Licensed Professional Engineer. A person who has been duly licensed by the Texas Board of Professional Engineers to engage in the practice of engineering in the State of Texas; also referred to as a Professional Engineer. 3.74. Limits of Construction. An area with established boundaries, identified within the highway right of way and easements, where the Contractor is permitted to perform the work. 3.75. Local Street or Road. A street or road primarily for access to residence, business, or other abutting property - 4 -2018 00110-T 7 of 12 24 Fd1AFA*"IaR�21.2NIMS, LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.76. Low -Pressure Water Blasting. Water blasting with pressures between 3,000 and 5,000 psi. 3.77. Major Item. An item of work included in the Contract that has a total cost equal to or greater than 5% of the original Contract or $100,000 whichever is less. A major item at the time of bid will remain a major item. An item not originally a major item does not become one through the course of the Contract. 3.78. Material Producer List. TxDOT-maintained list of approved products. Referenced as "Department's MPL". 3.79. Materially Unbalanced Bid. A bid that generates a reasonable doubt that award to the Bidder submitting a mathematically unbalanced bid will result in the lowest ultimate cost to the Owner. 3.80. Mathematically Unbalanced Bid. A bid containing bid prices that do not reflect reasonable actual costs plus a reasonable proportionate share of the Bidder's anticipated profit, overhead costs, and other indirect costs. 3.81. Median. The portion of a divided highway separating the traffic lanes in opposite directions. 3.82. Milestone Date. The date that a specific portion of the work is to be completed, before the completion date for all work under the Contract. 3.83. Monolithic Concrete Placement. The placement of plastic concrete in such manner and sequence to prevent a construction joint. 3.84. National Holidays. January 1, the last Monday in May, July 4, the first Monday in September, the fourth Thursday in November, and December 24 or December 25. 3.85. Nonhazardous Recyclable Material. A material recovered or diverted from the nonhazardous waste stream for the purposes of reuse or recycling in the manufacture of products that may otherwise be produced using raw or virgin materials. 3.86. Nonresident Bidder. A Bidder whose principal place of business is not in Texas. This includes a Bidder whose ultimate parent company or majority owner does not have its principal place of business in Texas. 3.87. Nonresponsive Bid. A bid that does not meet the criteria for acceptance contained in the bid documents. 3.88. Non -Site -Specific Contracts. Contracts in which a geographic region is specified for the work and for which work orders, with or without plans, further detail the limits and work to be performed. 3.89. Notice to Proceed, Written notification to the Contractor authorizing work to begin. 3.90. Notification. Either written or oral instruction to the Contractor concerning the work. Voice mail is oral notification. 3.91. Owner, Political subdivision for whom the project is designed and constructed. Either a Municipality (City), a County or other entity organized under the authority of State of Texas statutes. May also be referred to as an Entity. 3.92. Pavement. That part of the roadway having a constructed surface for the use of vehicular traffic. 4-2018 00110-T 8 of 12 25 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.93. Pavement Structure. Combination of surface course and base course placed on a subgrade to support the traffic load and distribute it to the roadbed. 3.93.1. Surface Course. Pavement structure layers designed to accommodate the traffic load. The top layer resists skidding, traffic abrasion, and the disintegrating effects of climate and is sometimes called the wearing course. 3.93.2. Base Course. One or more layers of specified material thickness placed on a subgrade to support a surface course. 3.93.3. Subgrade. The top surface of a roadbed upon which the pavement structure, shoulders, and curbs are constructed. 3.93.4. Subgrade Treatment. Modifying or stabilizing material in the subgrade. 3.94. Payment Bond. The security executed by the Contractor and the Surety, furnished to the Owner to guarantee payment of all legal debts of the Contractor pertaining to the Contract. 3.95. Performance Bond. The security executed by the Contractor and the Surety, furnished to the Owner to guarantee the completion of the work in accordance with the terms of the Contract. 3.96. Plans. The approved drawings, including true reproductions of the drawings that show the location, character, dimensions, and details of the work and are a part of the Contract. 3.97. Power of Attorney for Surety Bonds. An instrument under corporate seal appointing an attorney-in-fact to act on behalf of a Surety in signing bonds. 3.98. Qualification. The process for determining a Contractor's eligibility to be awarded a construction contract 3.99. Qualification. The process for determining a Contractor's eligibility to bid work. 3.100. Qualification Statement. The forms on which required information is furnished concerning the Contractor's ability to perform and finance the work. 3.101. Prequalified Contractor. A contractor that is approved to bid on TxDOT contracts by satisfying their Prequalification Process. 3.102. Post Qualfication. The owner will determine if contractors are qualified to bid on the project after bids are open. The bid documents will identify the minimum requirements that contractor must meet to be qualified for the project. Unqualified contractors' bids will be considered non- responsive and not accepted. 3.103. Project -Specific Location. A material source, plant, waste site, parking area, storage area, field office, staging area, haul road, or other similar location either outside the project limits or within the project limits but not specifically addressed in the Contract. 3.104. Proposal Guaranty. The security furnished by the Bidder as a guarantee that the Bidder will enter into a Contract if awarded the work. 3.105. Purchasing Officer. The Owner representative empowered by the Owner to officially receive bids and close the receipt of bids at a letting. 4-201 � 00110-T 9 of 12 26 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.106. Quality Assurance. Sampling, testing, inspection, and other activities conducted by the Engineer to determine payment and make acceptance decisions. 3.107. Quality Control. Sampling, testing, and other process control activities conducted by the Contractor to monitor production and placement operations. 3.108. Ramp. A section of highway for the primary purpose of malting connections with other highways. 3.109. Referee Tests. Tests requested to resolve differences between Contractor and Owner test results. The referee laboratory is the Owners. 3.110. Regular Item. A bid item contained in the bid documents and not designated as an additive alternate or replacement alternate bid item. 3.111. Rental Rate Blue Book for Construction Equipment. Publication containing equipment rental rates. 3.112. Replacement Alternate. A bid item identified on the bid documents that a Bidder may substitute for a specific regular item of work. 3.113. Responsive Bid. A bid that meets all requirements of the advertisement and the bid documents for acceptance. 3.114. Right of Way. A general term denoting land or property devoted to transportation purposes. 3.115. Roadbed. The graded portion of a highway prepared as foundation for the pavement structure and shoulders. On divided highways, the depressed median type and the raised median type highways are considered to have 2 roadbeds. Highways with a flush median are considered to have 1 roadbed. Frontage roads are considered separate roadbeds. 3.116. Road Master. A railroad maintenance official in charge of a division of railway. 3.117. Roadside. The areas between the outside edges of the shoulders and the right of way boundaries. Unpaved median areas between inside shoulders of divided highways and areas within interchanges are included. 3.118. Roadway. The portion of the highway (including shoulders) used by the traveling public. 3.119. Sandblasting, Dry. Spraying blasts of pressurized air combined with sand. 3.120. Sandblasting, Wet. Spraying blasts of pressurized water combined with sand. 3.121. Shoulder. That portion of the roadway contiguous with the traffic lanes for accommodation of stopped vehicles for emergency use or for lateral support of base and surface courses. 3.122. Shot Blasting. Spraying blasts of pressurized air combined with metal shot. 3.123. Sidewalk. Portion of the right of way constructed exclusively for pedestrian use. 3.124. Slurry Blasting. Spraying blasts of pressurized air combined with a mixture of water and abrasive media. 3.125. Special Provisions. Additions or revisions to these standard specifications or special specifications. 4-2018 00110-T 10 of 12 27 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.126. Special Specifications. Supplemental specifications applicable to the Contract not covered by these standard specifications. 3.127. Specifications. Directives or requirements issued or made pertaining to the method and manner of performing the work or to quantities and qualities of materials to be furnished under the Contract. References to DMSs, ASTM or AASHTO specifications, or TxDOT bulletins and manuals, imply the latest standard or tentative standard in effect on the date of the bid. The Owner will consider incorporation of subsequent changes to these documents in accordance with Item 4L, "Scope of Work." 3.128. Small Business Enterprise. A firm (including affiliates) whose annual gross receipts do not exceed the U.S. Small Business Administration's size standards for 4 consecutive years. 3.129. State. The State of Texas. 3.130. State Holiday. A holiday authorized by the State Legislature excluding optional state holidays and not listed in Section 1.3.85., "National Holidays." A list of state holidays can be found on the TxDOT's website. 3.131. Station. A unit of measurement consisting of 100 horizontal feet. 3.132. Subcontract. The agreement between the Contractor and subcontractor establishing the obligations of the parties for furnishing of materials and performance of the work prescribed in the Contract documents. 3.133. Subcontractor. An individual, partnership, limited liability company, corporation, or any combination thereof that the Contractor sublets, or proposes -to sublet, any portion of a Contract, excluding a material supplier, a hauling firm hauling only from a commercial source to the project, truck owner -operator, wholly-owned subsidiary, or specialty -type businesses such as security companies and rental companies. 3.134. Subsidiary. Materials, labor, or other elements that because of their nature or quantity have not been identified as a separate item and are included within the items on which they necessarily depend. 3.135. Substructure. The part of the structure below the bridge seats, but not including bearings, drilled shafts, or piling. Parapets, back walls, wing walls of the abutments, and drainage structures are considered parts of the substructure. 3.136. Superintendent. The representative of the Contractor who is available at all times and able to receive instructions from the Owner or authorized Owner representatives and to act for the Contractor. 3.137. Superstructure. The part of the structure above the bridge seats or above the springing lines of arches and including the bearings. Flatwork construction may be considered superstructure. 3.138. Supplemental Agreement. Written agreement entered into between the Contractor and the Owner and approved by the Surety, covering alterations and changes in the Contract. A supplemental agreement is used by the Owner whenever the modifications include assignment of the Contract from one party to another or other cases as desired by the Owner. 3.139. Surety. The corporate body or bodies authorized to do business in Texas bound with and for the Contractor for the faithful performance of the work covered by the Contract and for the payment for all labor and material supplied in the prosecution of the work. 4-2018 00110-T 11 of 12 28 CITY OF PEARLAND LGPP ABBREVIATIONS AND DEFINITIONS SUPPLEMENT 3.140. Surplus Materials. Any debris or material related to the Contract but not incorporated into the work. 3.141. Suspension. Action taken by the Owner, State, or federal government pursuant to regulation that prohibits a person or company from entering into a Contract, or from participating as a subcontractor, or supplier of materials or equipment used in a contract 3.142. Tex —XXX -X. TxDOT material test methods found on TxDOT's Construction Division Web Site. 3.143. Traffic Lane. The strip of roadway intended to accommodate the forward movement of a single line of vehicles. 3.144. Traveled Way. The portion of the roadway for the movement of vehicles, exclusive of shoulders and auxiliary lanes. 3.145. Truck Owner -Operator. An individual who owns and operates 1 truck for hire. 3.146. UT -Bridge. TxDOT-owned software for steel girder erection. Software is available on TxDOT's website. 3.147. UT -Lift. TxDOT-owned software for steel girder erection. Software is available on TxDOT's website. 3.148. Utility. Privately, publicly, or cooperatively owned lines, facilities, and systems for producing, transmitting, or distributing communications, power, heat, gas, oil, water, waste, or storm water that are not connected with the highway drainage, signal systems, or other products that directly or indirectly serve the public; the utility company. 3.149. Verification Tests. Tests used to verify accuracy of QC and QA and mixture design testing. 3.150. Water -Abrasive Blasting. Spraying blasts of pressurized water combined with abrasive media. 3.151. Water Blasting. Spraying blasts of pressurized water of at least 3,000 psi. 3.152. Water -Injected Abrasive Blasting. Abrasive blasting with water injected into the abrasive/air stream at the nozzle. 3.153. Wholly -Owned Subsidiary. A legal entity owned entirely by the Contractor or subcontractor. 3.154. Work. The furnishing of all labor, materials, equipment, and other incidentals necessary for the successful completion of the Contract. 3.155. Written Notice. Written notice is considered to have been duly given if delivered in person to the individual or member to whom it is intended or if sent by regular, registered, or certified mail and delivered to the last known business address; sent by facsimile to the last known phone number; or sent by e-mail to the last known address. The date of the letter will serve as the beginning day of notice. Unclaimed mail or failure to provide current mailing address will not be considered a failure to provide written notice. 4-2018 00110-T 12 of 12 29 CITY OF PEARLAND Section 00200 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS (LGPP) 1. Defined Terms 1.1 The term "Owner" hereinafter is defined as the City of Pearland and is used interchangeably with the term "the City". Both terms are synonymous and refer to the City of Pearland and may be used inter -changeably. 1.2 The term "Bidder" means one who submits a Bid Proposal directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the Lowest Responsible Bidder to whom the Owner (on the basis of Owner's evaluation as hereinafter provided) makes an award. The term "Bid Documents" includes the Invitation to Bidders, Instructions to Bidders, the Bid Proposal, and the proposed Contract Documents (plans and specifications including all Addenda issued prior to bid opening). 1.3 The term "E -bid System" refers to the City's electronic bidding system. This is a web - based system (Ion Wave) that provides all Bid Documents electronically to interested parties (potential Bidders and forms the pathway for Bidders to submit bids in response to The Invitation to Bid. The term "e -bid" and/ or "electronic bid" means the Bidders' electronic response submitted on the electronic Bid Proposal with all required attachments to the Owner by way of the E -bid System. The terms "electronic bid" or "e -bid" are used inter -changeably to describe the above bid submittal process to submit a bid to the City in response to an Invitation to Bidders. 1.4 The term "Pro -Trak" means the City's web -based contract administration and construction records management software used by the contracting parties to administer the project. This system serves as the web accessed centralized project information hub for communications and document management, pay application processing and record retention for all project documentation. Operational instructions for accessing this system will be issued to the successful Bidder at the pre -Construction Meeting. 1.5 All other definitions set out in the Contract Documents are applicable to terms used in the Bidding Documents. 1.6 Unless otherwise expressly provided herein, all references to "day(s)" shall mean consecutive calendar day(s). 1.7 The term "Alternate(s)" or "Add Alternate(s)" as used here inter -changeably are defined as an additive work item that may be selected or rejected by the Owner based on the Owner's sole acceptance or rejection of the price proposed for this item. Alternate bid prices shall include all labor, material, equipment and overhead costs to perform the work as specified, complete in place. When selected by the Owner, the costs for an Alternate work item shall be added to the Base Bid price and made a part of the Contract price. 2. Registration for E -bid System 2.1 The Owner's E -bid System is accessible via the City's web site at hns://pearland.ionwave.net/Lop-in.asl2x. Bid documents can be viewed by simply selecting a specific project from the BID OPPORTUNITIES list and clicking on that project AFTER registration as a Supplier. Interested Bidders MUST REGISTER as a "Supplier" by clicking on the Supplier Registration button and completing the registration form. When prompted to add or remove commodity codes registrants must add the codes listed below: 04-2018 00200 - 1 of 8 30 CITY OF PEARLAND INSTRUCTIONS TO BIDDERS * Building Construction Services, New (Includes Maintenance and Repair Services) * Construction Services, General (Includes Maintenance and Repair Services) * Construction Services, Heavy (Includes Maintenance and Repair Services) * Construction Services, Trade (New Construction) Select the appropriate Time Zone for the Bidder's location and whether that location observes Daylight Savings time. Complete the registration information providing all required contact information and establish password security for the E -bid System. Once complete, "suppliers" will receive emails notifying of future bid opportunities. Downloading._ any project bid data will automatically_ place the bidder's contact information on the list of plan holders and the E -bid System will automatically send any and all updates, addenda, changes or additional information associated with that project. 2.2 The electronic Bid Proposal can only be submitted through this system. The form can be printed for Bidder's use, but the Bid Proposal MUST be submitted on the electronic form within the E -bid System. 2.3 Questions regarding use of the E -bid System may be directed by email to: ebidsa,pearlandtx. gov. 3. Copies of Bidding Documents 3.1 Complete sets of "electronic" Bidding Documents are available for download to registered Bidders at No Cost from the City's E -bid System at: h"s://,2earland,ionwave.net/Lo2in.aspx. Interested Bidders must register as a "Supplier" on this site in order to receive the Bid Documents, and all Addenda or other notifications of changes, including communications from the Owner or Engineer. All Bid Documents are available to download and print. 3.2 The Bidder accepts sole responsibility for ensuring that he obtains a full set of these documents by completing the registration and executing a full and complete download of the project documents. Downloading of Bid Documents automatically ensures receipt of any and all subsequent communications, addenda or additional information from the City or its Engineer. 3.2 Copies of Bidding Documents are available or may be viewed at any of the Plan Houses listed in the Invitation to Bidders. It is recommended that all interested Bidders, whether bidding directly to the Owner or Sub-biddersNendors providing pricing to a Bidder, register as a Supplier and download all of the project Bid Documents. 3.3 Complete sets of Bidding Documents must be used in preparing Bid Proposals; neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents including, but not limited to all Addenda issued prior to bid. 3.4 Owner and Engineer, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bid Proposals on the Work, and do not confer a license or grant for any other use. 4. Qualifications of Bidders 4.1 In determining to whom to award a contract, the City of Pearland may consider, in addition to the other selection criteria identified in section 16 of these Instructions to Bidders, 04-2018 00200 - 2 of 8 31 CITY OF PEARLAND INSTRUCTIONS TO BIDDERS the following Qualifications of Bidder, and each Bidder must be prepared to submit within two (2) days of Owner's request any or all of such Qualifications requested. Failure to provide this information within the specified time frame may be cause for rejection of the Bid.: 1) A brief narrative of previous experience of the Bidder with projects of a similar nature and scope; specifically including a list of 5 representative projects completed by the Bidder of a similar nature and scope to the work covered by this proposed Contract. The references for the projects provided must include the cost of the project, Owner's name, Engineer or prime contact and telephone number; 2) A list, including owner name and project location, of on-going projects and contracts for construction of projects of the Bidder which are not yet substantially complete including total contract value and current percent complete by payment; 3) A list of proposed subcontractors and suppliers for the project being bid and the total value of work awarded to subcontractors as shown on the Subcontractors List Bid Form; 4) A list of names, address and telephone number of references for other projects completed by Bidder; and 5) A Financial Statement of Bidder, consisting of the balance sheet and annual income statement of Bidder for the Bidder's last fiscal year end preceding the submission of the Bid Proposal, which has been audited or examined by an independent certified public accountant. The Financial Statement of Bidder shall be used to determine a Bidder's net working capital, which is defined as current assets less current liabilities. A Bidder's net working capital shall be considered evidence of the Bidder's ability to provide sufficient financial management of the project being bid. The Bidder's Financial Statement shall be clearly and conspicuously marked as "confidential", and shall be deemed and treated as confidential and excepted from the Public Information disclosure requirements of Texas Government Code Section 552.001 et seq., as such information, if released, would give advantage to a competitor or bidder, and/or would cause substantial competitive harm to Bidder. 5. Examination of Contract Documents and Site 5.1 It is the responsibility of each Bidder before submitting a Bid Proposal, to (a) examine the Bidding Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local laws and regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors, omissions or discrepancies in the Contract Documents, (f) to recognize and plan for use of the City's "Pro -Trak" software to administer the construction process and perform the work of the project. 5.2 Any reports of explorations and tests of conditions at the site which have been utilized by the Engineer in preparation of the Contract Documents will be made available to Bidders for review, but such reports are not part of the Contract Documents. Bidder may not and should not rely upon the accuracy of the data contained in such reports, interpretations or opinions contained therein, or the completeness thereof, for the purposes of bidding or construction. 5.3 Information and data reflected in the Contract Documents with respect to underground utilities, equipment or other underground facilities at or contiguous to the site is based upon 04-2018 00200 - 3 of 8 32 CITY OF PEARLAND INSTRUCTIONS TO BIDDERS information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof. 5.4 Before submitting a Bid Proposal, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid Proposal prices for performing and furnishing the Work in accordance with the Contract Time, Contract Price and other terms and conditions of the Contract Documents. 5.5 On request in advance, Owner will provide each prospective Bidder access to the site to conduct such explorations and tests as each prospective Bidder deems necessary for submission of a Bid Proposal. Prospective Bidders shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations. 5.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands, access thereto or contractual arrangements for use by the Contractor required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 5.7 The submission of a Bid Proposal will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid Proposal is premised upon performing and furnishing all of the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in, required by or reasonably inferred from the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Interpretations and Addenda 6.1 All questions about the meaning or intent of the Contract Documents are to be directed to Engineer. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda delivered or transmitted by electronic means to all registered Bidders in the City's E -bid System. Questions received less than five (5) days prior to the date for opening of Bid Proposals may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. Addenda will automatically be made available to all registered Bidders that have downloaded Bid Documents from the City's E -bid System. 7. Bid Security, 7.1 Each Bid Proposal must be accompanied by bid security made payable to Owner in an amount of five percent (5%) of the Bidder's maximum Bid Proposal price, in the form of a certified check, cashier's check or a Bid Bond ("Bid Security"). 7.2 Bidders submitting bids through the E -bid System shall scan and up -load a copy of their Bid Security (sealed Bid Bond, Certified Check or Cashier's Check) as an attachment to their 04-2018 00200 - 4 of 8 33 CITY OF PEARLAND INSTRUCTIONS TO BIDDERS electronic bid. Original documents for Bid Security shall be requested by the City from the lowest two bidders and delivered to the City's Purchasing Officer within 48 business hours of the Bid Opening. Bid Security shall be delivered to: Office of City Purchasing, City Hall Annex, 3523 Liberty Drive, Pearland, Texas 77581. 7.3 The Bid Security of the Successful Bidder will be retained until such time as Bidder has executed the Standard Form of Agreement, and furnished the required Performance and Payment Bonds, whereupon the Bid Security of both bidders will be returned. If the Successful Bidder fails to execute and deliver the Standard Form of Agreement and furnish the required performance and payment bonds within ten (10) days after the Notice of Award, Owner may annul the Notice of Award and shall be entitled to make a claim against the Bid Security. The Bid Security of other Bidders will be retained until the Contract is awarded and the Standard Form of Agreement becomes effective, or all bids are rejected, whereupon Bid Security furnished by all such Bidders will be returned. 8. Contract Time 8.1 The number of days in which the Work is to be Substantially Completed, as set forth in the Bid Proposal form and the Standard Form of Agreement, subject to such extension of time as may be due under the terms and conditions of the Contract Documents ("Contract Time"). All references to "time" or "days" shall be interpreted as consecutive calendar days. 9. Liquidated Damages and Early Completion Bonus 9.1 Provisions for liquidated damages and early completion bonus, if any, are set forth in the Standard Form of Agreement. 10 Substitute or "Or -Equal" Items 10.1 The Contract, if awarded, will be on the basis of the specified materials and equipment described in the Plans and Specifications without consideration of possible substitute or "or - equal" items unless otherwise stated. Whenever it is indicated in the Plans or specified in the Specifications that a substitute or "or -equal" item of material or equipment may be furnished or used by the Contractor if acceptable to Engineer, application for such acceptance will not be considered by Engineer until after the Agreement becomes effective. All "or -equal" references shall be interpreted to mean "or Owner approved equal". Any substitution made by the Bidder upon which the bid is based shall be at the Bidder's sole risk. The procedure for submission of any such application by Contractor and consideration by Engineer is set forth in the Contract Documents. 11. Bid Form 11.1 The Bid Proposal form (Section 00300 — Bid Proposal) is included with the Bidding Documents when downloaded. This Document must be printed and signed, as required below, and then uploaded as an Attachment to the Bid. All E -bids must be submitted on the City's official E -bid System Bid Proposal document. All blanks on the Bid Proposal form must be completed or filled in. The Bidder shall bid all Alternates, if any. Incomplete Bid Proposals may be cause for rejection. 11.2 Bid Proposals by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied be evidence of authority to sign) and 042018 00200 - 5 of 8 34 CITY OF PEA RLAND INSTRUCTIONS TO BIDDERS the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. Once executed the document is to be uploaded as an attachment to the Bid. 11.3 Bid Proposals by partnerships must be executed in the partnership name and signed by a general partner, whose title must appear under the signature, and if a corporate general partner, executed as required above for corporations and the official address of the partnership must be shown below the signature. All names must be typed or printed below the signature. Once executed the document is to be uploaded as an attachment to the Bid. 11.4 The Bidder shall acknowledge receipt of all Addenda (the number of which must be filled in on the Bid Proposal form). Failure to do so could be cause for rejection of the Bid. 11.6 The address and telephone number for communications regarding the Bid Proposal must be shown on the Bid Proposal form. 12. Submission of Bid Proposals 12.1 The place, date and/or time designated for opening Bid Proposals may be changed in accordance with applicable laws, codes and ordinances. Any such changes to the Bid Schedule shall be made by Addenda. 12.2 Electronic Bids shall be submitted per the requirements, instructions, terms and conditions as stated in the registration and submittal instructions of the City's E -bid System electronic bidding software. All Bidders utilizing this system MUST register as a potential supplier, (Bidder). E -Bids are submitted directly via the City's Web based system located at https://pearland.ionwave.net/Lo ig n.aspx. Bid Proposals submitted after the bid date and time will be rejected. 13. Modification and Withdrawal of Bid Proposals 13.1 Prior to submission, E -bid Bid Proposals may be modified or withdrawn without prejudice. 13.2 Once submitted, Bid Proposals may only be modified by an appropriate document duly executed (in the manner that a Bid Proposal must be executed) and delivered to Office of City Purchasing, City Hall Annex, 3523 Liberty Drive, Pearland, Texas 77581 and submitted any time prior to the opening of Bid Proposals. 13.3 A Bidder may not modify or withdraw its Bid Proposal by facsimile or verbal means. A withdrawn Bid Proposal may be resubmitted prior to the designated time for opening Bid Proposals. No bid may be withdrawn or terminated for a period of ninety -(90) days subsequent to the bid opening date without the consent of the City of Pearland. 13.4 If, within twenty-four (24) hours after Bid Proposals are opened, any Bidder files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material mistake in the preparation of its Bid Proposal, that Bidder may request to withdraw its Bid Proposal and the bid security may be returned or, at the discretion of the Owner, Owner may make a claim against the bid security. Thereafter, that Bidder will be disqualified from further bidding on the Project to be provided under the Contract Documents. 04-2018 00200 - 6 of 8 3° CITY OF PEARLAND INSTRUCTIONS TO BIDDERS 13.5 Bid securities for unsuccessful Bidders will be returned to bidders once a successful Bidder has be identified and notified of the Owner's intent to award a contract. 14. Opening of Bid Proposals 14.1 Bid Proposals will be opened and (unless obviously non-responsive) read aloud publicly. An abstract of the amounts of the base Bid Proposals and major alternates (if any) will be made available to Bidders after the opening of Bid Proposals through E -Bid. Bid Proposals, in their entirety, shall be open for public inspection after the contract is awarded, with the exception of any trade secrets or confidential information contained therein, provided Bidder has expressly identified any specific information contained therein as being trade secrets or confidential information. 15. Bid Proposals to Remain Subject to Acceptance 15.1 All Bid Proposals will remain subject to acceptance for ninety (90) days after the day of the Bid Proposal opening, but Owner may, in its sole discretion, release any Bid Proposal and return the bid security prior to that date. 16. Award of Contract 16.1 Owner reserves the right to reject any and all Bid Proposals, to waive any and all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. Owner may reject a bid as non-responsive if: 1) Bidder fails to provide required Bid Security; 2) Bidder improperly or illegibly completes or fails to complete all information required by the Bidding Documents; 3) Bidder fails to sign the Bid Proposal or improperly signs the Bid Proposal; 4) Bidder qualifies its Bid Proposal; 5) Bidder tardily or otherwise improperly submits its Bid Proposal; 6) Bidder fails to submit the Qualifications of Bidder as required under section 4 of these Instructions to Bidders; or 7) Bid Proposal is otherwise non-responsive. Contracts are awarded on the basis of the Lowest Responsible and Responsive Bidder. 16.2 The Bidder agrees to submit to the Owner the Qualifications of Bidder, including the Financial Statement of bidder, if requested to do so. As required by the Instructions to Bidders and as a condition of Bid acceptability, the Contractor hereby agrees: 1. That the Prime Contractor, the entity named herein as the Bidder, will perform thirty percent (30%) or more of the work of the Contract and that this will be reflected in monthly pay application; 2. That the City, as Owner and Contract Administrator, retains the right to review and approved Contractor's and all Subcontractor's DBE Certifications and to reject and Bid or Subcontractor failing to meet these requirements; and 3. That the City, as Owner and Contract Administrator, retains the right to review and approve the. Contractor's and all Subcontractors' qualifications to perform the Work of the Contract and to reject any Subcontractor not meeting the City's standards, as outlined in the General Conditions, or TxDOT's and FHWA qualifications for performing the Work. 16.3 Lowest Responsible and Responsive Bidder. In determining Lowest Responsible and Responsive Bidder, Owner will consider: Lowest Total Bid price for all work including Base Bid, Extra Work, Add Alternates and Cash Allowances, if any, and any other cost criteria. 04-2018 00200 - 7 of 8 CITY OF PEARLAND INSTRUCTIONS TO BIDDERS Additional evaluation criteria may include: the Qualifications of the Bidders, whether or not the Bid Proposals comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Proposal form or prior to the Notice of Award. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. A contract to be awarded to the Lowest Responsible Bidder may be let on either a lump sum basis or a unit cost basis dependent on the Bid Proposal format. Acceptance of any and all bids may be conditioned on compliance with the requirement for attendance of the mandatory pre-bid meeting. 16.4 In either case, Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Bid Proposal and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents, to Owner's satisfaction, within the Contract Time. 16.5 Each Bidder agrees to waive any claim it has or may have against the Owner, the Professional/Engineer, and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any bid. 17. Contract Security 17.1 When the Successful Bidder delivers the executed Standard Form of Agreement to Owner, it must be accompanied by the Performance, Payment, Maintenance and Surface Correction Bonds required by the Contract Documents. Bonds may be on the forms provided herein or an equal form containing no substantive changes, as determined by Owner. 18. Signing of Agreement 18.1 When Owner gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Standard Form of Agreement, and the required Performance and Payment Bond forms. Within ten (10) days thereafter Contractor shall sign and deliver the required number of counterparts of the Standard Form of Agreement to Owner with the required Bonds. Within ten (10) days thereafter, Owner shall deliver one fully signed counterpart to Contractor. There shall be no contract or agreement between Owner and the Successful Bidder until proper execution and attestation of the Standard Form of Agreement by authorized representatives of the Owner. 19. Pre-bid Conference 19.1 A pre-bid conference will be held as indicated in the Invitation to Bid. 20. Retainage 20.1 Provisions concerning retainage are set forth in the Contract Documents. END OF SECTION 04-2018 00200 - 8 of 8 37 CITY OF PEARLAND INSTRUCTIONS TO BIDDERS APPENDIX: LGPP BID CHECKLIST Section 0020OA-T INSTRUCTIONS TO BIDDERS APPENDIX: LGPP BID CHECKLIST Items checked below represent components, which comprise this Bid Package. If the item is not designated on the left side of the form by the City of Pearland, it is not applicable to this Bid. Bidders are asked to review the Package to ensure that all applicable parts have been included. It is the Bidder's responsibility to be thoroughly familiar with all Bid Requirements and Specifications. Bidder must check the right-hand column when task is completed. Include this form with the Bid Proposal Package. / X 1. SECTION 00100 AND 00200 —BID SECURITY This Bid Security in the amount of 5% of the bidder's maximum Bid Proposal price made payable to the City Of Pearland. L/ X 2. SECTION 00300 — BID PROPOSAL All items must have a value entered and addendum acknowledged in writing. Failure to do so will cause Bid(s) to be rejected. X 3. SECTION 00850 — NON -COLLUSION STATEMENT AND AFFIDAVIT Bidder must submit with Bid Package. Failure to do so will cause Bid(s) to be rejected / d X 4. SECTION 00850 — DEBARMENT CERTIFICATION Bidder must submit with Bid Package. Failure to do so will cause Bid(s) to be rejected. / X 5. SECTION 00850 — CHILD SUPPORT STATEMENT Bidder must submit with Bid Package. Failure to do so will cause Bid(s) to be rejected. ✓✓✓ X 6. SECTION 00850 — CERTIFICATION REGARDING LOBBYING Bidder must submit with Bid Package. Failure to do so will cause Bid(s) to be rejected. X 7. SECTION 00850 — STATEMENT FOR LOAN GUARANTEES AND INSURANCE Bidder must submit with Bid Package if applicable for the bidder on this project. X 8. SECTION 00850 — CONTRACTORS ACKNOWLEDGEMENT OF STORMWATER MANAGEMENT PROGRAM Bidder must submit with Bid Package. THE FOLLOWING ITEMS APPLY ONLY TO THE BIDDER WHO WILL BE ISSUED A NOTICE OF INTENT TO AWARD THE PROJECT. SUBMIT WITHIN 10 DAYS AFTER WRITTEN NOTIFICATION OF AWARD: X 9. WORKERS' COMPENSATION v Bidder must submit with Bid Package per Attachment 1. 3-2016 0020OA-T 1 of 2 '2R 3-2016 0020OA-T 2 of 2 Za INSTRUCTIONS TO BIDDERS APPENDIX: LGPP BID CITY OF PEARLAND CHECKLIST X 10. EMPLOYERS' LIABILITY INSURANCE Bidder must submit with Bid Package per Attachment 3 X 11. COMMERCIAL GENERAL LIABILITY INSURANCE Bidder must submit with Bid Package per Attachment 3 X 12. BUSINESS AUTOMOBILE LIABILITY INSURANCE V Bidder must submit with Bid Package per Attachment 3 I' X 13. SECTION 00500 — STANDARD FORM OF AGREEMENT This Agreement MUST be signed by an officer or authorized representative prior to the award of Bid. Contract is not binding until countersigned by the City of Pearland City Manager. X 14. SECTION 00610 - PERFORMANCE BOND REQUIREMENTS Performance Bond in the amount of 100% of the contract price. X 15. SECTION 00611- PAYMENT BOND REQUIREMENTS Payment Bond in the amount of 100% of the contract price. X 16. DBE COMMITMENT If awarded contract, DBE Commitment must be submitted, if applicable. X 17. TxDOT FORM 1560 If awarded contract, Form 1560 must be submitted, if applicable. 3-2016 0020OA-T 2 of 2 Za CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS Section 00210-T ITEM 2L — LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Instructions to the Contractor in these specifications are generally written in active voice, imperative mood. The subject of imperative sentences is understood to be "the Contractor." The Owner's responsibilities are generally written in passive voice, indicative mood. Phrases such as "as approved," `unless otherwise approved," "upon approval," "as directed," "as verified," "as ordered," and "as determined" refer to actions of the Engineer unless otherwise stated, and it is understood that the directions, orders, or instructions to which they relate are within the limitations of and authorized by the Contract. 2. ELIGIBILITY OF BIDDERS Bidders on this project are not required to be prequalified through TxDOT. However, Contractors and Subcontractors are required to meet the City's standards as outlined in the General Conditions, Instructions to Bidders, and/or TxDOT's and FHWA qualifications for performing the work. 3. ISSUING BID DOCUMENTS Bid Documents may be obtained at from the City's E -bid System at: hLtps://pearland.ionwave.net/Loizin.asp . The Owner will not issue bid documents if one or more of the following apply: ■ the Bidder is prohibited from rebidding a specific project due to a bid error on the original bid documents, ■ the Bidder failed to enter into a Contract on the original award, ■ the Bidder was defaulted or terminated on the original Contract, unless the Owner terminated for convenience, or ■ the Bidder or a subsidiary or affiliate of the Bidder has received compensation from the Owner to participate in the preparation of the plans or specifications on which the bid or Contract is based. 4. INTERPRETING ESTIMATED QUANTITIES The quantities listed in the bid documents are approximate and will be used for the comparison of bids. Payments will be made for actual quantities of work performed in accordance with the Contract. 06-2018 00210-T 1 of 7 40 CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS 5. EXAMINING DOCUMENTS AND WORK LOCATIONS Examine the bid documents and specified work locations before submitting a bid for the work. Submitting a bid will be considered evidence that the Bidder has performed this examination. Borings, soil profiles, water elevations, and underground utilities shown on the plans were obtained for the use of the Owner in the preparation of plans. This information is provided for the Bidder's information only and the Owner makes no representation as to the accuracy of the data. Be aware of the difficulty of accurately classifying all material encountered in making foundation investigations, the possible erosion of stream channels and banks after survey data have been obtained, and the unreliability of water elevations other than for the date recorded. Oral explanations, instructions, or consideration for Contractor -proposed changes in the bid documents given during the bidding process are not binding. Only requirements included in the bid documents and Owner -issued addenda are binding. Request explanations of documents at least five (5) days prior to the bid opening. Immediately notify the Owner of any error, omission, or ambiguity discovered in any part of the bid documents. The Owner will issue addenda when appropriate. 6. PREPARING THE BID Prepare the bid form furnished by the Owner. Informational bid forms printed from the Owner's website will not be accepted. Specify a unit price in dollars and cents for each regular item, additive alternate item, deductive alternate item or replacement alternate item for which an estimated quantity is given. When "Working Days" is an item, submit the number of working days to be used to complete the Contract or phases of the Contract. The Owner will not accept an incomplete bid. A bid that has one or more of the deficiencies listed below is considered incomplete: ■ the bid form was not signed, ■ all certifications were not acknowledged, ■ a regular item, additive alternate item or deductive alternate item is left blank, ■ a regular item and the corresponding replacement alternate item are left blank, ■ the bid form submitted had the incorrect number of items, or ■ all addenda were not acknowledged. 06-2018 00210-T 2 of 7 41 CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS 7. NONRESPONSIVE BID The Owner will not accept a nonresponsive bid. A bid that has one or more of the deficiencies listed below is considered nonresponsive: ■ The bid was not submitted at the time and location specified in the advertisement or otherwise improperly submits the Bid proposal. ■ A bid was submitted for the same project by a Bidder or Bidders and one or more of its partners or affiliates. ■ The Bidder improperly or illegibly completes or fails to complete all information required by the Bidding documents, including acknowledge receipt of all addenda issued. ■ The bid form was signed by a person who was not authorized to bind the Bidder or Bidders. ■ The bid guaranty did not comply with the requirements contained in this Item. ■ The bid was in a form other than the official bid form issued by the Owner. ■ The Bidder modified the bid in a manner that altered the conditions or requirements for work as stated in the bid documents. ■ The Bidder bid more than the maximum or less than the minimum number of allowable working days when working days was an item. ■ The Bidder did not attend a specified mandatory pre-bid conference. ■ The Bidder did not meet the requirements of the technical qualification. ■ The Bidder did not include a signed State of Texas Child Support Business Ownership Form. ■ The Bidder does not meet the Owner's qualification requirements. ■ The Bidder qualifies the bid proposal. 8. SUBMITTAL OF BIDS 8.1. Electronic Bids. When electronic bidding is available, the Bidder is responsible for taking the appropriate measures to submit a bid. These measures include, but are not limited to, acquiring hardware, software, and Internet connectivity needed for submitting a bid via the Owner's bidding system. 8.1.1. Bid Form. Use the electronic bid form in the Owner's bidding system. When regular bid items have corresponding replacement alternate items, select the bid item or group of items to be used for the bid tabulation. Acknowledge all addenda listed in the Owner's bidding system. The electronic bid form may not contain the special provisions, special specifications, general notes, and other Contract documents. These documents are included by reference. 8.1.2. Bid Security. Provide a bid security in the amount indicated on the bidform. Acceptable forms include a certified check, cashier's check or Bid Bond. For a joint venture, the bond must be in the name of all joint venture participants. Enter the bond authorization code into the Owner's bidding system. 06-2018 00210-T 3 of 7 42 CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS It is the Bidder's responsibility to ensure the bid bond is issued in the name or names of the Bidder or Bidders. 8.1.3. Submittal of Bid. Submit the bid using the Owner's bidding system. 8.1.4. Revising the Bid Form. Make desired changes as allowed by the Owner's bidding system up until the time and date set for the opening of bids. The last bid submitted will be used for tabulation purposes. 8.1.5. Withdrawing a Bid. Submit an electronic or written request to withdraw a bid before the time and date set for the opening. The Owner will not accept oral requests. An electronic request must be made using the Owner's bidding system. A written request must be signed and submitted to the Purchasing Officer with proof of identification. The request must be made by a person authorized to bind the Bidder or Bidders. In the case of joint venture, the Owner will accept a request from any person authorized to bind a party to the joint venture. The Owner may require written delegation of authority to withdraw a bid when the individual sent to withdraw the bid is not authorized to bind the Bidder or Bidders. 8.2. Printed Bid. 8.2.1. Bid Form. Mark all entries in ink. As an alternative to hand writing the unit prices in the bid form, submit a typed bid form. A typed bid form must contain the information in the format shown on the "Bid Proposal" in the bid form. When regular bid items have corresponding replacement alternate items, select the bid item or group of items to be used for the bid tabulation. Acknowledge all addenda by initialing on the appropriate line of Bid Proposal Part A. Provide the complete and correct name of the Bidder submitting the bid. A person authorized to bind the Bidder must sign the bid form. In the case of a joint venture, provide the complete and correct name of all Bidders submitting the bid. In the case of a joint venture, the person signing the bid form must be authorized to bind all joint venture participants. If a bid form contains both regular items for domestic steel or iron materials and replacement alternate items for foreign steel or iron materials, the Bidder must either: ■ submit unit bid prices for domestic items only, or ■ submit unit bid prices for both the domestic and foreign items. 8.2.2. Bid Security. Provide a bid security in the amount indicated on the bid documents. Use either a certified check, cashier's check or a printed bid bond. 8.2.3. Security Check. Make the check payable to the Owner. The check must be a cashier's check, drawn by or on a state or national bank, or a state or federally chartered credit union (collectively referred to as "bank"). The check must be 06-2018 00210-T 4 of 7 43 CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS dated on or before the date of the bid opening. Postdated checks will not be accepted. The type of check must be indicated on the face of the instrument and the instrument must be no more than 90 days old. A check must be made payable at or through the institution issuing the instrument; be drawn by a bank and on a bank; or be payable at or through a bank. The Owner will not accept personal checks teller's checks or money orders. 8.2.4. Bid Bond. Use the bid bond form provided by the Owner. Submit the bid bond with the powers of attorney attached and in the amount specified. The bond must be dated on or before the date of the bid opening, bear the impressed seal of the Surety, and be signed by the Bidder or Bidders and an authorized individual of the Surety. As an alternative for joint venture Bidders, each of the Bidders may submit a separate bid bond completed as outlined in this section. Bid bonds will only be accepted from Sureties authorized to execute a bond under and in accordance with State law. 8.2.5. Submittal of Bid. Place the completed bid form and the bid security in a sealed envelope marked to indicate the contents. When submitting by mail or delivery service, place the envelope in another sealed envelope and address as indicated in the official advertisement or in the bid documents. It is the Bidder's responsibility to ensure that the sealed bid arrives at the location described on or before the time and date set for the bid opening. To be accepted, the bid must be in the hands of the Purchasing Officer by that time of opening regardless of the method chosen for delivery. 8.2.6. Revising the Bid Form. Make desired changes to the bid form in ink and submit the bid to the Purchasing Officer. The Owner will not make revisions to a bid on behalf of a Bidder. 8.2.7. Withdrawing a Bid. Submit a written request to withdraw a bid before the time and date set for the opening. The Owner will not accept oral requests. A written request must be signed and submitted to the Purchasing Officer with proof of identification. The request must be made by a person authorized to bind the Bidder or Bidders. In the case of joint venture, the Owner will accept a request from any person authorized to bind a party to the joint venture. The Owner may require written delegation of authority to withdraw a bid when the individual sent to withdraw the bid is not authorized to bind the Bidder or Bidders. 9. OPENING AND READING OF BIDS At the time, date, and location specified in the official advertisement, the Owner will publicly open and read bids. 06-2018 00210-T 5 of 7 44 CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS 10. TABULATING BIDS 10.1. Official Total Bid Amount. The Owner will sum the products of the quantities and the unit prices bid in the bid form to determine the official total bid amount, except as provided in Section 2.11., "Consideration of Unit Prices." The official total bid amount is the basis for determining the apparent low Bidder. The total bid amounts will be compared and the results made public. 10.2. Rounding of Unit Prices. The Owner will round off all unit bids involving fractional parts of a cent to the nearest one-tenth cent ($0.001) in determining the amount of the bid as well as computing the amount due for payment of each item under the Contract. For rounding purposes, entries of five -hundredths of a cent ($0.0005) or more will be rounded up to the next highest tenth of a cent, while entries less than five -hundredths of a cent will be rounded down to the next lowest tenth of a cent. 10.3. Interpretation of Unit Prices. The Owner will make a documented determination of the unit bid price if a unit bid price is illegible or conflicting in the case of replacement alternate items. The Owner's determination will be final. 10.4. Consideration of Unit Prices. 10.4.1. A + B Bidding. The official total bid amount will be determined by the summation of the Contract amount and the time element. The Owner will use the following formula to make the calculation: A+B1 +B2+BX+... +BT The Contract amount, equal to A in the formula, is determined by the summation of the products of the approximate quantities shown in the bid and the unit bid prices bid. The time element, equal to B 1, B2, BX (when phases are included as bid components), and BT (substantial completion of the project when included as a bid component), of the bid is determined by multiplying the number of working days bid to substantially complete the project, or phases, by the daily road -user cost (RUC) provided on the bid documents. When partial days are bid they will be rounded up to the nearest whole day. The formula above determines the low Bidder and establishes the Contract time. 10.4.2. "Buy America." Comply with Buy America in accordance with Section 6.1. L. For a Bidder who proposes to use foreign steel or iron materials to be considered the apparent low Bidder, their total bid must be at least 25% lower than the next lowest bid if that bid proposes to use domestic steel or iron materials. 11rolP41IEV This requirement does not apply to minimal use of steel or iron materials provided that the total cost of all foreign source items used in the project, as delivered to the project site, is less than $2,500 or one -tenth -of -one -percent (1/10 of 1%) of the Contract amount, whichever is greater. 00210-T 6 of 7 45 CITY OF PEARLAND LGPP SUPPLEMENT TO INSTRUCTIONS TO BIDDERS 11. CONSIDERATION OF BID ERRORS. The Owner will consider a claim of a bid error by the apparent low Bidder if the following requirements have been met: ■ Submit written notification to the Owner within 5 business days after the date the bid is opened. ■ Identify the items of work involved and include bidding documentation. The Owner may request clarification of submitted documentation. The Owner will evaluate the claim of an error by the apparent low Bidder by considering the following: ■ The bid error relates to a material item of work. ■ The bid error amount is a significant portion of the total bid. ■ The bid error occurred despite the exercise of ordinary care. ■ The delay of the proposed work will not impact cost and safety to the public. Acceptance of the bid error claim by the Owner will result in the rejection of the bid of the apparent low bidder .and the Owner may consider the second responsive bid. The erring Contractor will not be allowed to bid the project if it is relet. Rejection of bids due to the Contractor's bid error may result in the application of sanctions by the Owner. 12. TIE BIDS If the official total bid amount for 2 or more Bidders is equal and those bids are the lowest submitted, each tie Bidder will be given an opportunity to withdraw their bid. If 2 or more tie Bidders do not withdraw their bids, the low Bidder will be determined by a coin toss. If all tie Bidders request to withdraw their bids, no withdrawals will be allowed and the low Bidder will be determined by a coin toss. The Purchasing Officer will preside over the proceedings for the coin toss. 06-2018 00210-T 7 of 7 46 CITY OF PEARLAND BID PROPOSAL Section 00300 BID PROPOSAL Part A Date: March 24, 2020 Bid of James Construction Group, LLC , an individual proprietorship / a corporation organized and existing under the laws of the State of Ws / a partnership consisting of N/A , for the construction of: McHard Road Extension Cullen Boulevard to Mykawa Road City of Pearland, Texas CSJ NO.: 0912-31-290 COP PN: TR1405 BID NO.: 1020-04 (Submitted in Electronic format) To: The Honorable Mayor and City Council ofPearland City of Pearland 3519 Liberty Drive Pearland, Texas 77581 Pursuant to the published Invitation to Bidders, and Instructions to Bidders, the undersigned Bidder hereby proposes to perform all the work and furnish all necessary superintendence, labor, machinery, equipment, tools and materials, and whatever else may be necessary to complete all the work described in or reasonably inferable from the Contract Documents for the construction of the McHard Road Extension from Cullen Boulevard to Mykawa Road with all related appurtenances, complete, tested, and operational, in accordance with the Plans and Specifications prepared by the Engineer, Freese and Nichols, Inc., 1I200 Broadway Street, Suite 2320, Pearland, TX 77584, Mr. Ron Bavarian, P.E, for the unit prices or applicable prices set forth in Exhibit 'W', the electronic bid form as contained in the City's E -bid system, which, once fully executed and submitted shall constitute a legal and executable proposal from the Bidder. It is understood that, in the event any changes are ordered on any part of the Work, the applicable unit prices bid shall apply as additions to or deductions from the total prices for the parts of the Work so changed. The Bid Security required under the Instructions to Bidders is included and has been uploaded as an attachment within the E -bid system and, that a fully executed, signed and sealed hard copy has been delivered to the Office of City Purchasing, Finance Department, City Hall Annex, 3523 Liberty Drive, Pearland, Texas 77581. The Bidder agrees to submit to the Owner the Qualifications of Bidder, including the Financial Statement of Bidder, as required by the Instructions to Bidders if requested to do so as a condition of the Bid review. The Bidder binds himself, upon acceptance of his proposal, to execute the Standard Form of Agreement and furnish an acceptable Performance and Payment Bond and Maintenance Bond, each in the amount of one hundred percent (1001/o) of the total Contract Price, according to the forms included in the Contract Documents, for performing and completing the said work within Offeror's Initials: 00300 P Part B 01-2019 00300-1 CITY OF PEARLAND BID PROPOSAL the time stated and for the prices stated in Part B of this proposal along with all required insurance in the required amounts. The undersigned Bidder agrees to commence work within 10 days of the date of a written Notice to Proceed. It is ulderstood that the Work is to be Substantially Complete within seven hundred (700) days after the date of the Notice to Proceed. Time for Substantial Completion shall begin on the date established by the Notice to Proceed. The Contractor will pay liquidated damages in the amount(s) specified in Document 00500 — Standard Form of Agreement, in the event the Work is not Substantially Complete within the Contract Time. The undersigned agrees that the amounts bid in this Bid Proposal will not be withdrawn or modified for ninety (90) days following date of Bid Proposal opening, or such longer period as may be agreed to in writing by the City of Pearland and Bidder. It is understood that in the event the Successful Bidder fails to enter into the Standard Form of Agreement and/or to furnish an acceptable Performance and Payment Bond and Maintenance Bond, each in the amount of one hundred (100) percent of the Contract Price, along with all required insurance in the stated amounts within ten (10) days of the Notice of Award, the Successful Bidder will forfeit the Bid Security as provided in the Instructions to Bidders. Unless otherwise expressly provided herein, all references to "day(s)" shall mean calendar day(s). The Bidder acknowledges that the following Addenda have been received. The modifications to the Bidding Documents noted therein have been considered and all costs thereto are included in the Bid Proposal prices. Addendum No.: 1 Date: Feb 5, 2020 Addendum No.: 2 Date:Feb 14, 2020 Addendum No.: 3 Date:Feb 25, 2020Addendum No.: 4 Date: March 12. 2020 Addendum No. 5 Date: March 19, 2020 Bidder hereby represents that the only person orparties interested in this offer as principals are those named. Bidder has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding. Firm Name: James Const tion Group, LLC By: Scott Adair r ell, Title: I, i ru ox Address: 222 Pennbright Drive - Suite 230 - Houston Texas 77090 Phone No: 281-350-3500 ATTEST: John M. Perisich (T �dN me) Signa •e Date: aU a A Corpo ice: END OF SECTION James Construction Group LLC 18484 E Petroleum Dr, Baton Rouge, LA 70809 State of Incorporation: Florida 01-2019 00300 -1 (Seal, if Bidder is a Ccrperation) Offeror's Initials: 00300 —Part B Primoris James Construction Group RESOLUTION OF THE BOARD OF MANAGERS OF JAMES CONSTRUCTION GROUP, LLC DATED March 23, 2020 The undersigned, being all of the members of the Board of Managers of James Construction Group, LLC, a Florida limited liability company duly formed and validly existing under the laws of the State of Florida (the "Company"), pursuant to the authority granted in the Operating Agreement of the Company, do hereby consent to the adoption of the following resolutions, and do hereby adopt such resolutions: RESOLVED, that the resignation of President Mark Buchanan of Company be, and hereby is, accepted effective March 23, 2020. RESOLVED, that Scott Adair be, and hereby is, elected to the office of President effective March 23, 2020. BE IT FURTHER RESOLVED that the following individuals are the approved slate of officers of James Construction Group, LLC and each is authorized and has the power to bind the Company by entering in any contract or be executing any instrument in the name of the Company, and such authority is general and not confined to specific instances, and shall continue until modified by resolution; Tom McCormick Scott Adair Blanche Arceneaux John M. Perisich Jonas Beatty Dave Van Dam Mitchell Bernhard Tom McCormick CEO President Chief Financial Officer — Eastern Group Executive Vice President/Secretary Vice -President Infrastructure & Maintenance Division Vice President Vice President Ken Dodgen CITY OF PEARLAND BID PROPOSAL Section 00300 PartB BID PROPOSAL Proje ct Name: McHard Road Extension (Cullen Contact Name: Boulevard to Mykawa Road) Bid No.: 1020-04 Project No.: TR1405 -ITEM SPEC DESCRIPTION UNIT CITY UNIT PRICE TOTAL SECTION 1- SITE WORK, EARTHWORK, AND DEMOLITION ITEMS 1 542-6001 REMOVE METAL BEAM GUARD FENCE LF 130 $ 5.00 $ 650.00 2 2820 BARBED WIRE FENCE (5 -STRAND) LF 43,490 $ 3.23 $ 140,472.70 3 560 MAILBOX (NEW) EA 45 $ 250.00 $ 11,250.00 4 1505 MOBILIZATION (MAX 3% OF CONTRACT) LS 1 $ 880,000.00 $ 880,000.00 5 2200 PREPARING RIGHT OF WAY STA 227 $ 9,205.00 $ 2,089,535.00 6 2220 REMOVING CONC (PAV) SY 282 $ 12.00 $ 3,384.00 7 2220 REMOVE STR (PIPE) LF 3,162 $ 20.00 $ 63,240.00 8 2220 REMOVE CONC (SIDEWALKS) SY 55 $ 9.00 $ 495.00 9 2220 REMOVING CONC (DRIVEWAYS) SY 1,286 $ 9.00 $ 11,574.00 10 2220 REMOVING ASPH (DRIVEWAYS)(6") SY 3,488 $ 9.00 $ 31,392.00 11 2220 RMV ASPH PAV (1.5" - 5") SY 10,323 $ 4.00 $ 41,292.00 12 2220 RMV ASPH PAV (3.5"-5") SY 10,057 $ 2.00 $ 20,114.00 13 2220 RMV STAB BASE (9"-15.5") SY 10,057 $ 5.00 $ 50,285.00 14 2220 RMV STAB BASE (5.5"-16") SY 10,323 $ 4.00 $ 41,292.00 Offeror's Initials: — a 01-2019 00300 -1 0030 —Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 15 2316 EXCAVATION AND BACKFILL FOR ROADWAYS CY 22,718 $ 8.00 $ 181,744.00 16 2316 HAND EXCAVATION CY 500 $ 70.00 $ 35,000.00 17 2330 EMBANKMENT CY 72,366 $ 4.00 $ 289,464.00 18 2820 WOOD FENCE LF 1,800 $ 28.75 $ 51,750.00 19 2821 CHAIN LINK FENCE LF 4,625 $ 17.55 $ 81,168.75 20 2821A IRON FENCE (MATCH EXIST) LF 270 $ 85.00 $ 22,950.00 21 192-6067 LANDSCAPE EDGE (TYPE 1) LF 85 $ 30.00 $ 2,550.00 22 677-6008 ELIM EXT PAV MRK & MRKS (ARROW) EA 2 $ 39.00 $ 78.00 23 677-6012 ELIM EXT PAV MRK & MRKS (WORD) EA 2 $ 39.00 $ 78.00 24 2313 LABOR (UNSKILLED) (SITE RESTORATION) MH 200 $ 30.00 $ 6,000.00 25 2313 LABOR (SKILLED) (SITE RESTORATION) MH 200 $ 30.00 $ 6,000.00 26 22205 DISPOSAL OF WELL (WATER) EA 6 $ 2,000.00 $ 12,000.00 SECTION 2 - PAVING ITEMS 1 360-6043 FAST TRACK CONC PAVEMENT (13") SY 1,330 $ 100.00 $ 133,000.00 2 432-6002 CONC MEDIAN NOSE (5 IN) CY 16.67 $ 825.00 $ 13,752.75 3 530-6005 DRIVEWAYS (ACP) SY 1,746 $ 60.00 $ 104,760.00 4 531-6010 CURB & RAMP LANDING (TYPE 7) EA 30 $ 1,800.00 $ 54,000.00 5 2335 LIME (6%) TN 2,272 $ 180.00 $ 408,960.00 6 2335 LIME TREATED SUBGRADE (8") SY 125,571 $ 2.00 $ 251,142.00 Offeror's Initials: 01-2019 00300 -2 003001f— Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 7 2741 TYPE D HMAC (LEVEL -UP) (1") SY 16,405 $ 5.40 $ 88,587.00 8 2741 TYPE D HMAC (SURFACE) (1") SY 16,405 $ 5.40 $ 88,587.00 9 2751 CONC PAVEMENT (10") SY 109,991 $ 52.85 $ 5,813,024.35 10 2710 ASPHALT STAB BASE (6") SY 16,405 $ 27.00 $ 442,935.00 11 2710 CEMENT STABILIZED BASE (8") SY 16,405 $ 12.00 $ 196,860.00 12 2770 CURB (6") LF 70,109 $ 2.50 $ 175,272.50 13 2771 CONCRETE SIDEWALK (6") SF 169,001 $ 6.50 $ 1,098,506.50 14 2775 CONC DRIVEWAYS (6") SY 2,276 $ 60.00 $ 136,560.00 SECTION 3 - STORM SEWER ITEMS 1 110-6002 EXCAVATION (CHANNEL) CY 131,229 $ 12.00 $ 1,574,748.00 2 132-6038 EMB (FNL)(ORD COMP)(TY "C" SPL)(CLAY LINER) CY 47,487 $ 10.00 $ 474,870.00 3 162-6003 STRAW OR HAY MULCH SY 121,000 $ 0.26 $ 31,460.00 4 432-6002 RIPRAP CONC (5 IN) CY 563 $ 350.00 $ 197,050.00 5 432-6003 RIPRAP CONC (6 IN) CY 240 $ 350.00 $ 84,000.00 6 432-1002 CRUSHED CONCRETE OR STONE FOR WET TRENCH AS AUTHORIZED BY ENGINEER CY 500 $ 110.00 $ 55,000.00 7 2630 RCB BEND 6'X4' EA 1 $ 3,500.00 $ 3,500.00 8 465-6166 GRATE INLET COMPL (TY AAD) EA 3 $ 5,400.00 $ 16,200.00 9 465-1001 GRATE INLET WITH BACK OPENING (MOD TY AAD) EA 1 $ 7,500.00 $ 7,500.00 10 465-6239 GRATE INLET WITH BACK OPENING (MOD TY AD) EA 4 $ 4,000.00,$ 16,000.00 Offeror's Initials: 01-2019 00300 -3 00300 —Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 11 465-6167 GRATE INLET (TY AD) EA 99 $ 2,700.00 $ 267,300.00 12 465-6173 MANH (COMPL) (TY A) EA 9 $ 3,300.00 $ 29,700.00 13 465-6274 MANHOLE (COMPL)(RISER ONLY) EA 9 $ 1,600.00 $ 14,400.00 14 465-6175 CURB INLET (TY C) EA 83 $ 3,000.00 $ 249,000.00 15 465-6279 CURB INLET (MOD TY C) EA 4 $ 4,300.00 $ 17,200.00 16 465-6344 CURB INLET (MOD TY C1 > 10 FT) EA 5 $ 8,800.00 $ 44,000.00 17 465-1002 JUNCTION BOX (COMPL)(10'X5') EA 1 $ 2,600.00 $ 2,600.00 18 465-1003 JUNCTION BOX (C0MPL)(10'X6') EA 1 $ 16,000.00 $ 16,000.00 19 465-1004 JUNCTION BOX (C0MPL)(11'X5') EA 10 $ 15,000.00 $ 150,000.00 20 465-1005 JUNCTION BOX (COMPL)(11'X8') EA 1 $ 15,000.00 $ 15,000.00 21 465-1006 JUNCTION BOX (C0MPL)(13'X5') EA 1 $ 15,000.00 $ 15,000.00 22 465-1007 JUNCTION BOX (COMPL)(13'X6') EA 1 $ 15,000.00 $ 15,000.00 23 465-1008 JUNCTION BOX (C0MPL)(15'X5') EA 3 $ 14,000.00 $ 42,000.00 24 465-1009 JUNCTION BOX (C0MPL)(16'X13') EA 1 $ 26,000.00 $ 26,000.00 25 465-1010 JUNCTION BOX (COMPL)(17'X6') EA 1 $ 18,000.00 $ 18,000.00 26 465-1011 JUNCTION BOX (COMPL)(17'Xll') EA 1 $ 33,000.00 $ 33,000.00 27 465-1012 JUNCTION BOX (COMPL)(19'X6') EA 1 $ 22,000.00 $ 22,000.00 28 465-1013 JUNCTION BOX (4'X5')(COMPL)(PJB) EA 22 $ 3,900.00 $ 85,800.00 01-2019 Offeror's Initials: 00300-4 00300 —Part B CITY OF PEA RLAND SID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 29 465-1014 JUNCTION BOX (5'X6')(COMPL)(PJB) EA 9 $ 4,400.00 $ 39,600.00 30 465-1015 JUNCTION BOX (8'X8')(COMPL)(PJB) EA 5 $ 10,000.00 $ 50,000.00 31 552-6003 WIRE FENCE (TY C) LF 9,300 $ 3.23 $ 30,039.00 32 552-6005 GATE (TY 1) EA 5 $ 541.00 $ 2,705.00 33 1564 DEWATERING (CONTROL OF GROUND WATER)(AS AUTHORIZED BY ENGINEER) LF 10,000 $ 25.00 $ 250,000.00 34 1570 TRENCH EXCAVATION PROTECTION LF 30,321 $ 1.00 $ 30,321.00 35 2200 PREPARING ROW (SITE PREP) AC 22 $ 5,000.00 $ 110,000.00 36 2335 8" LIME STAB SUBGRADE SY 710 $ 6.00 $ 4,260.00 37 2335 HYDRATED LIME (6%) TON 15 $ 180.00 $ 2,700.00 38 2532 HDPE PIPE (24") LF 871 $ 100.00 $ 87,100.00 39 2532 HDPE PIPE (30") LF 172 $ 120.00 $ 20,640.00 40 2629 SET (TY 1) (S=4FT) (HW=3FT) (6:1) (P) EA 6 $ 7,000.00 $ 42,000.00 41 2629 SET (TY 1) (S=4FT) (HW=4FT) (6:1) (C) EA 1 $ 9,000.00 $ 9,000.00 42 2629 SET (TY 1) (S=5FT) (HW=3FT) (6:1) (P) EA 4 $ 8,000.00 $ 32,000.00 43 2629 SET (TY 1) (S=5FT) (HW=4FT) (3:1) (C) EA 1 $ 7,000.00 $ 7,000.00 44 2629 SET (TY 1) (S=6FT) (HW=4FT) (3:1) (P) EA 4 $ 8,000.00 $ 32,000.00 45 2629 SET (TY 1) (S=6FT) (HW=4FT) (6:1) (P) EA 2 $ 11,000.00 $ 22,000.00 46 2629 SET (TY 1) (S=7FT) (HW=4FT) (6:1) (P) EA 1 $ 12,000.00 $ 12,000.00 Offeror's Initials: 01-2019 00300 -5 00300 — Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 47 2629 PSET (TY II) (18") (3:1) (RC) EA 3 $ 900.00 $ 2,700.00 48 2629 PSET (TY II) (18") (6:1) (RP) EA 6 $ 1,000.00 $ 6,000.00 49 2629 PSET (TY II) (24") (3:1) (RC) EA 23 $ 1,000.00 $ 23,000.00 50 2629 PSET (TY II) (24") (6:1) (RP) EA 9 $ 1,200.00 $ 10,800.00 51 2629 PSET (TY II) (30") (3:1) (RC) EA 6 $ 1,300.00 $ 7,800.00 52 2629 PSET (TY II) (30") (6:1) (RP) EA 6 $ 1,800.00 $ 10,800.00 53 2629 PSET (TY II) (36") (3:1) (RC) EA 1 $ 1,700.00 $ 1,700.00 54 2629 PSET (TY II) (36") (6:1) (RP) EA 5 $ 3,400.00 $ 17,000.00 55 2630 RCB 3'X2' LF 405 $ 230.00 $ 93,150.00 56 2630 RCB 4'X2' LF 2,134 $ 240.00 $ 512,160.00 57 2630 RCB 4'X3' LF 1,076 $ 290.00 $ 312,040.00 58 2630 RCB 5'X2' LF 1,480 $ 320.00 $ 473,600.00 59 2630 RCB 5'X3' LF 1,049 $ 330.00 $ 346,170.00 60 2630 RCB 5'X4' LF 105 $ 380.00 $ 39,900.00 61 2630 RCB 6'X3' LF 1,939 $ 420.00 $ 814,380.00 62 2630 RCB 6'X4' LF 1,907 $ 470.00 $ 896,290.00 63 2630 RCB 7'X3' LF 906 $ 500.00 $ 453,000.00 64 2630 RCB 7'X4' LF 2,662 $ 575.00 $ 1,530,650.00 Offeror's Initials: 01-2019 00300 -6 00300 — Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 65 2630 RC PIPE (CL III) (18 IN) LF 1,117 $ 90.00 $ 100,530.00 66 2630 RC PIPE (CL 111) (24 IN) LF 6,798 $ 100.00 $ 679,800.00 67 2630 RC PIPE (CL III) (30 IN) LF 3,219 $ 110.00 $ 354,090.00 78 2630 RC PIPE (CL 111) (36 IN) LF 2,908 $ 140.00 $ 407,120.00 69 2630 RC PIPE (CL III) (42 IN) LF 1,732 $ 160.00 $ 277,120.00 70 2630 RC PIPE (CL III) (48 IN) LF 884 $ 210.00 $ 185,640.00 71 2631 OUTFALL POND CONTROL STR EA 1 $ 17,245.00 $ 17,245.00 72 2631 BACKSLOPE INTERCEPTOR STR EA 15 $ 2,600.00 $ 39,000.00 73 2710 BASE COURSE FOR PAVEMENT (6" CEMENT -STABILIZED BANK -RUN GRAVEL)) SY 640 $ 12.00 $ 7,680.00 74 2910 FURNISHING AND PLACING OF TOPSOIL (4") SY 71,230 $ 0.56 $ 39,888.80 75 2921 HYDROMULCH SEEDING AC 25 $ 1,700.00 $ 42,500.00 SECTION 4 - TRAFFIC SIGNS AND PAVEMENT MARKING ITEMS 1 672-6007 RAIS PAV MRKR (CL B)(REFL)(TY I -C) EA 187 $ 3.55 $ 663.85 2 672-6009 RATS PAV MRKR (CL B)(REFL)(TY II -A -A) EA 476 $ 3.55 $ 1,689.80 3 672-6010 RAIS PAV MRKR (CL B)(REFL)(TY II -C-R) EA 881 $ 3.55 $ 3,127.55 4 1554 INSTALL SM RDSD SIGN EA 24 $ 385.00 $ 9,240.00 5 2582 REFL PAV MRK (TY 1)(W)(6")(BKN) LF 9,249 $ 0.71 $ 6,566.79 6 2582 REFL PAV MRK (TY 1)(BLACK)(6")(SHADOW) LF 9,249 $ 0.75 $ 6,936.75 Offeror's Initials: 01-2019 00300 -7 00300 —Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 7 2582 REFL PAV MRK (TY I)(W)(6")(SLD) LF 7,227 $ 0.60 $ 4,336.20 8 2582 REFL PAV MRK (TY 1)(W)(6")(DOT) LF 1,070 $ 0.81 $ 866.70 9 2582 REFL PAV MRK (TY I)(Y)(6")(SLD) LF 10,089 $ 0.60 $ 6,053.40 10 2582 REFL PAV MRK (TY 1)(W)(8")(SLD) LF 4,395 $ 1.00 $ 4,395.00 11 2582 REFL PAV MRK (TY 1)(W)(12")(SLD) LF 4,867 $ 2.20 $ 10,707.40 12 2582 REFL PAV MRK (TY 1)(W)(24")(SLD) LF 1,092 $ 4.60 $ 5,023.20 13 2582 REFL PAV MRK (TY 1)(W)(ARROW) EA 37 $ 105.00 $ 3,885.00 14 2582 REFL PAV MRK (TY 1)(W)(WORD) EA 37 $ 108.00 $ 3,996.00 15 2582 REFL PAV MRK (TY 1)(Y)(MED NOSE) LF 6,139 $ 0.85 $ 5,218.15 16 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (6") LF 36,884 $ 0.06 $ 2,213.04 17 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (8") LF 4,395 $ 0.11 $ 483.45 18 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (12") LF 3,977 $ 0.12 $ 477.24 19 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (24") LF 1,092 $ 0.24 $ 262.08 20 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (ARROW) EA 37 $ 9.00 $ 333.00 21 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (WORD) EA 37 $ 9.00 $ 333.00 22 2981 PAV SURF PREP FOR MRKS BLAST CLEAN (MED NOSE) LF 6,139 $ 0.08 $ 491.12 SECTION 5 - TRAFFIC CONTROL FACILTIES 1 1555 BARRICADES, SIGNS AND TRAFFIC HANDLING MO 24 $ 5,000.00 $ 120,000.00 2 1555 CONSTRUCTING DETOURS SY 1,491 $ 70.00 $ 104,370.00 01-2019 Offeror's Initials: 41 00300 -8 0030 — Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 3 1555 PORT CTB (DES SOURCE)(LOW PROF)(TY 1) LF 3,380 $ 10.00 $ 33,800.00 4 1555 PORT CTB (DES SOURCE)(LOW PROF)(TY II) LF 480 $ 10.00 $ 4,800.00 5 1555 PORT CTB (MOVE)(LOW PROF)(TY 1) LF 7,080 $ 5.00 $ 35,400.00 6 1555 PORT CTB (MOVE)(LOW PROF)(TY 11) LF 1,460 $ 5.00 $ 7,300.00 7 1555 PORT CTB (REMOVE)(LOW PROF)(TY 1) LF 3,380 $ 10.00 $ 33,800.00 8 1555 PORT CTB (REMOVE)(LOW PROF)(TY 11) LF 480 $ 10.00 $ 4,800.00 9 1555 WRK ZN PAV MRK NON-REMOV (W)(4 IN)(SLD) LF 13,672 $ 0.27 $ 3,691.44 10 1555 WRK ZN PAV MRK NON-REMOV (W)(24 IN)(SLD) LF 19 $ 3.00 $ 57.00 11 1555 WRK ZN PAV MRK NON-REMOV (Y)(4 IN)(SLD) LF 13,744 $ 0.27 $ 3,710.88 12 1555 WRK ZN PAV MRK REMOV (W)(4 IN)(SLD) LF 6,237 $ 0.48 $ 2,993.76 13 1555 WRK ZN PAV MRK REMOV (W)(24 IN)(SLD) LF 42 $ 4.00 $ 168.00 14 1555 WRK ZN PAV MRK REMOV (Y)(4 IN)(SLD) LF 13,209 $ 0.48 $ 6,340.32 15 1555 ELIM EXT PAV MRK & MRKS (4 IN) LF 20,524 $ 0.35 $ 7,183.40 16 1555 TEMP TRAF SIGNAL EA 1 $ 60,000.00 $ 60,000.00 SECTION 6 - STORMWATER POLLUTION PREVENTION PLAN ITEMS 1 162-6003 STRAW OR HAY MULCH (TEMPORARY) SY 104,343 $ 0.26 $ 27,129.18 2 506-6002 ROCK FILTER DAM (TYPE 3) LF 1,290 $ 125.00 $ 161,250.00 3 506-6041 BIODEGRADABLE EROSION LOGS (12") LF 7,783 $ 3.54 $ 27,551.82 4 1550 CONSTRUCTION EXIT SY 1,244 $ 18.00 $ 22,392.00 Offeror's Initials: 01-2019 00300 -9 0030f Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL 5 1560 FILTER FABRIC FENCE LF 6,870 $ 1.25 $ 8,587.50 6 2921 DRILL SEED (TEMPORARY) (WARM OR COOL) AC 4.07 $ 2,480.00 $ 10,093.60 7 2921 DRILL SEED (PERMANENT) (WARM OR COOL) AC 17.49 $ 2,480.00 $ 43,375.20 SECTION 7 - LANDSCAPING ITEMS 1 528-6004 LANDSCAPE PAVERS SY 1,202 $ 126.13 $ 151,608.26 2 1563 TREE PROTECTION FENCE LS 1 $ 45,000.00 $ 45,000.00 3 2811 IRRIGATION SYSTEM LS 1 $ 257,000.00 $ 257,000.00 4 2922 SODDING INCLUDING TOPSOIL, FERTILIZER, AND WATER SY 139,574 $ 4.00 $ 558,296.00 5 2931 MULCH CY 159 $ 50.00 $ 7,950.00 6 2931 PLANT MATERIAL (30 GAL) (TREE) (STAKED + INSTALLED) EA 314 $ 525.00 $ 164,850.00 7 2931 PLANT MATERIAL (65 GAL) (TREE) (STAKED + INSTALLED) EA 263 $ 198.00 $ 52,074.00 8 2931 PLANT MATERIAL (1 GAL) (INSTALLED) SF 1,502 $ 10.00 $ 15,020.00 9 192-6067 LANDSCAPE EDGE (TYPE 1) LF 31 $ 82.69 $ 2,563.39 10 192-6067 ROOT BARRIER LF 26,000 $ 5.00 $ 130,000.00 SECTION 8 - LIGHTING ITEMS 1 618-6023 2" SCH 80 PVC CONDUIT FOR STREET LIGHTS INCLUDING STUB -UPS AT 200' SPACING & UNCASED BORES LF 2,320 $ 7.13 $ 16,541.60 2 1 618-6046 2" SCH 40 PVC CONDUIT FOR STREET LIGHTS INCLUDING STUB -UPS AT 200' SPACING & UNCASED BORES I LF 35,647 $ 6.90 $ 245,964.30 Offeror's Initials: (f 01-2019 00300 -10 00300 Part B 59 CITY OF PEARLAND BID PROPOSAL ITEM I SPEC I DESCRIPTION UNIT QTY UNIT PRICE TOTAL SECTION 9 — FIBER OPTIC ITEMS 1 2985 ELEC CONDR (NO. 14) INSULATED LF 19,235 $ 0.35 $ 6,732.25 2 2985 FIBER OPTIC SPLICE ENCLOSURE EA 7 $ 981.75 $ 6,872.25 3 2985 FIBER OPTIC CABLE ROAD MARKER EA 21 $ 57.75 $ 1,212.75 4 2985 FIBER OPTIC PATCH PANEL (144 POSITION) EA 2 $ 542.85 $ 1,085.70 5 2985 ITS MULTI -DUCT CND (HDPE)(4"W\ 4-1" INNER DUCTS) LF 19,235 $ 19.96 $ 383,930.60 6 2985 ITS MULTI -DUCT CND (HDPE)(BORE)(4"W\ 4-1" INNER DUCTS)(ORANGE) LF 1,570 $ 19.96 $ 31,337.20 7 2985 ITS GND BOX (PCAST) TY 1 (243636) W/ APRON EA 13 $ 2,220.55 $ 28,867.15 8 2985 ITS GND BOX (PCAST) TY 2 (366036) W/ APRON EA 8 $ 3,951.20 $ 31,609.60 9 2985 FIBER OPTIC CBL (SINGLE MODE) (12 FIBER) EA 21,761 $ 1.53 $ 33,294.33 10 2985 FIBER OPTIC CBL (SINGLE MODE) (96 FIBER) EA 19,859 $ 2.49 $ 49,448.91 11 2985 POLI -MOD PATCH AND SPLICE ENCLOSURE EA 28 $ 317.63 $ 8,893.64 12 2985 FIBER OPTIC PATCH PANEL (24 POSITION) EA 5 $ 282.98 $ 1,414.90 13 2985 B B U SYSTEM (EXTNL BATT CABNT) (CABNT/PWR SOURCE ONLY FOR FIBER) EA 7 $ 6,235.56 $ 43,648.92 14 2985 IETHERNET SWITCH (FURN & INSTALL) JEA 7 $ 2,481.81 $ 17,372.67 SECTION 10 - SIGNALIZATION ITEMS 1 416-6032 DRILL SHAFT (TRAFFIC SIGNAL POLE) (361N) LF 79 $ 280.35 $ 22,147.65 2 416-6034 DRILL SHAFT (TRAFFIC SIGNAL POLE) (481N) LF 352 $ 343.24 $ 120,820.48 3 618-6046 CONDUIT (SCH 80 PVC) (2") LF 10 $ 7.01 $ 70.10 4 618-6058 CONDUIT (SCH 80 PVC) (4") LF 469 $ 14.55 $ 6,823.95 5 618-6059 CONDUIT (SCH 80 PVC) (4"), BORE LF 1,653 $ 16.86 $ 27,869.58 Offeror's Initials: 01-2019 00300 -13 003004' 'Part CITY OF PEARLAND BID PROPOSAL ITEM SPEC ELECTRICAL CONDUCTORS (NO 6) UNIT QTY UNIT PRICE TOTAL 6 620-6009 (BARE) LF 144 $ 0.93 $ 133.92 11 624-6010 ELECTRICAL CONDUCTORS (NO 4) EA 6 $ 657.89 $ 3,947.34 7 620-6011 (BARE) LF 144 $ 1.26 $ 181.44 12 628-6188 ELECTRICAL CONDUCTORS (NO 4) EA 6 $ 3,975.97 $ 23,855.82 8 620-6012 (INSULATED) LF 348 $ 1.31 $ 455.88 9 621-6005 TRAY CABLE (4 CONDR)(AWG) LF 3,262 $ 1.61 $ 5,251.82 14 680-6004 GROUND BOX TY C (162911) W/ EA 2 $ 3,454.17 $ 6,908.34 10 624-6008 JAPRON EA 18 $ 657.89 $ 11,842.02 ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL GROUND BOX TY D (162922) W/ 11 624-6010 APRON EA 6 $ 657.89 $ 3,947.34 ELECTRICAL SERVICES TY D 120/240 12 628-6188 070 (NS) SS (E) SP (0) EA 6 $ 3,975.97 $ 23,855.82 INSTALL OF HIGHWAY TRAFFIC SIGNAL 13 680-6003 (SYSTEM) EA 5 $ 92,381.55 $ 461,907.75 14 680-6004 REMOVING TRAFFIC SIGNALS EA 2 $ 3,454.17 $ 6,908.34 15 680-1001 TRAFFIC SIGNAL MODIFICATION EA 2 $ 14,714.45 $ 29,428.90 VEHICLE SIGNAL SECTION (12 IN) LED 16 682-6001 (GREEN) EA 50 $ 168.58 $ 8,429.00 VEHICLE SIGNAL SECTION (12 IN) LED 17 682-6002 (GREEN ARROW) EA 27 $ 168.58 $ 4,551.66 VEHICLE SIGNAL SECTION (12 IN) LED 18 682-6003 (YELLOW) EA 50 $ 168.58 $ 8,429.00 VEHICLE SIGNAL SECTION (12 IN) LED 19 682-6004 (YELLOW ARROW) EA 55 $ 168.58 $ 9,271.90 VEHICLE SIGNAL SECTION (12 IN) LED 20 682-6005 (RED) EA 50 $ 168.58 $ 8,429.00 VEHICLE SIGNAL SECTION (12 IN) LED 21 682-6006 (RED ARROW) EA 27 $ 168.58 $ 4,551.66 PEDESTRIAN SIGNAL SECTION (LED) 22 682-6018 (COUNTDOWN) EA 49 $ 403.97 $ 19,794.53 23 682-6023 BACK PLATE (12") (3 SEC) EA 50 $ 66.94 $ 3,347.00 24 682-6024 1 BACK PLATE (12") (4 SEC) EA 27 1 $ 75.021$ 2,025.54 Offeror's Initials: 01-2019 00300-13 0030Y—'Part B CITY OF PEARLAND BID PROPOSAL ITEM SPEC TRAFFIC SIGNAL CABLE (TY A) (12 UNIT QTY UNIT PRICE TOTAL 25 684-6007 AWG) (2 CONDUCTORS) LF 3,032 $ 1.24 $ 3,759.68 TRAFFIC SIGNAL CABLE (TY A) (12 EA 5 $ 25,107.39 $ 125,536.95 26 684-6009 AWG) (4 CONDUCTORS) LF 3,152 $ 1.31 $ 4,129.12 TRAFFIC SIGNAL CABLE (TY A) (12 27 684-6012 AWG) (7 CONDUCTORS) LF 9,262 $ 1.70 $ 15,745.40 32 1 686-6053 TRAFFIC SIGNAL CABLE (TY A) (16 28 684-6049 AWG) (3 CONDUCTORS) LF 691 $ 0.79 $ 545.89 ITEM SPEC DESCRIPTION UNIT QTY UNIT PRICE TOTAL INSTALL TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) 1 ARM (44') EA 5 $ 25,107.39 $ 125,536.95 30 686-6045 LUM INSTALL TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) 1 ARM (50') EA 9 $ 26,377.89 $ 237,401.01 32 1 686-6053 LUM INSTALL TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) 1 ARM (55') EA 4 $ 27,417.39 $ 109,669.56 34 686-6055 LUM INSTALL TRAFFIC SIGNAL POLE 35 686-6061 ASSEMBLIES (STEEL) 1 ARM (60') EA 1 $ 15,520.89 $ 15,520.89 INSTALL TRAFFIC SIGNAL POLE ASSEMBLIES (STEEL) 1 ARM (60') EA 1 $ 32,383.89 $ 32,383.89 36 686-6063 LUM INSTALL TRAFFIC SIGNAL POLE 37 686-6067 ASSEMBLIES (STEEL) 1 ARM (65') LUM EA 1 $ 33,192.39 $ 33,192.39 PEDESTRIAN DETECTOR PUSH EA 41 $ 955.91 $ 39,192.31 38 688-6001 BUTTON (APS) VIVDS CAMERA ASSEMBLY (ITERIS 39 6002-6002 RZ- 4 ADVANCED WDR) EA 1 $ 1,655.99 $ 1,655.99 VIVDS SET-UP SYSTEM (FOR ITERIS 40 6002-6003 RZ- 4 ADVANCED WDR) EA 1 $ 1,003.41 $ 1,003.41 VIVDS COMMUNICATION 41 6002-6005 CABLE (COAXIAL) LF 691 $ 1.54 $ 1,064.14 BATTERY BACK-UP (BBU) SYSTEM 42 6058-6001 (EXTERNAL BATTERY CABINET) EA 5 $ 6,235.56 $ 31,177.80 SECTION 11— EXTRA WORK ITEMS FORCE ACCOUNT— FLAGMEN ($15,000) LS 1 $ 15,000.00 $ 15,000.00 1 Offeror's Initials: (/ 01-2019 00300 -13 003o — Part B CITY OF PEARLAND BID PROPOSAL 2 FORCE ACCOUNT— OFF-DUTY POLICE OFFICER ($15,000) LS 1 $ 15,000.00 $ 15,000.00 TOTAL CONTRACT AMOUNT $ 29,658,286.30 IT IS UNDERSTOOD that the City of Pearland will award the project based on the Total Proposal amount. The City of Pearland reserves the right to reject any or all proposals for an or. all products and/or services covered in this proposal and/or waive informalities in such proposals. The City further reserves the right to accept any proposals deemed to be the Best Value to the City. , ,,, Offeror's Authorized Signature AOLs►61 Offeror's Initials: rl 01-2019 00300 -13 0030 — art B Document A310TM -2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place ofbusiness) James Construction Group, LLC 18484 E. Petroleum Drive Federal Insurance Company Baton Rouge, LA 70809 2028 Halls Mill Rd., 2nd FL -N This document has important Whitehouse Station, NJ 08889 legal consequences. Consultation with an attorney is OWNER: Continental Casualty Company encouraged with respect to its (Name, legal status and address) 151 N. Franklin Street completion or modification. City of Peariand Chicago, IL 60606 Any singular reference to 3519 LibertDrive Y Contractor, Surety, Owner or Pearland, TX 77581 other party shall be considered plural where applicable. BOND AMOUNT: 5% of Bid Amount Five Percent of Bid Amount PROJECT: (Name, location or address, and Project number, if any) McHard Road Extension Project; Cullen Boulevard to Mykawa Road; CSJ No: 0912-31-290; COP PN: TR1405; BID NO: 1020-04; Brazoria County, TX The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 18th day of March , 2020 (With ss) James Construction Group, LLC !P,xinciyal) (Title) 5e XJ Jb A /k6i Federal Insurance Company & Continental Casualty Company (Sur ��nax) (Title) Koren Rhodes, Attorney -in -Fact LMS -10054 08110 •� ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Marin On March 18, 2020 before me, Jon Richard Sullivan, Notary Public (insert name and title of the officer) personally appeared Karen Rhodes who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) dow PR 'r°:15 suF.l_�.Y 1if iY C011PM, #2165103 Z i•r :�:.: =;;_ r:;; Notary Pubic - Caiifornia O M `:5 w -In cor^nt} -` �io7y Comm. Expires Sep. i9, 2020 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Michael Brophy Me Gowan, Susan J Me Gowan, Jon Richard Sullivan, Daren Rhodes, Trisha Chang, Individually of Novato, CA, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies, In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of October, 2018. t�,�� GASUq�r` 1NSURq I 6�vANY 0.0 pORPORArp 0 Q C c,pRPQR f v qi' D z 0 • 2 0 ? a JULY 31, J SEAL Y < 1982 �a 9897 HART4 o- • State of South Dakota, County of Minnehaha, ss: Continental Casualty Company National Fire Insurance Company of Hartford American Cas airy Company of Reading, Pennsylvania Paul T. Bruflat ce President On this 8th day of October, 2018, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that lie knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. ----------------------- J. MOHR I(�f5tl�}}NOTARY PUBLIC 1105W SOUM R5KOTA —y-- My y- My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said GASU A:} k SNSURgq, vANY 010* F2w 00RP0 Aro 0 D S n JULY 31, moi) S. / z ~6y ? 39oz r �a 1A97 HARI* o- • a Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania 11�0 , ak-r-v�� D. Johnson Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. E3" Poorer of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Trisha Chang, Michael Brophy McGowan, Susan J. McGowan, Karen Rhodes and Jon Richard Sullivan of Novato, California--------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 161h day of July, 2019. Dawn \1.Chlintx.;l��istantSt rctaly �q.a� +C). : r 4M STATE OF NEW JERSEY County of Hunterdon Vv1 9-c� Stephen M. Bantry, Vice Presidcni On this 16i° day of July, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted With Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority ofsaid Companies and in deponent's presence. Notarial Seal Ro araRr r,+ pj �p(JgtiC JER= KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2316685 Commission Expires July 16, 2024 Notary Public CERTIFICATION Resolutions adopted by the Boards ofDirectors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "BESOLVED, that the following authorizations relate to the execution, for and on behalf of die Company, of bonds, undertaldngs, recognizances, contracts and odier written commitments of the Company entered into in the ordinary course ofbusiness (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or odietwise. (2) Each duly appointed attorney-in-fact of the Company is hereby audiorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is audiot9zed by thegrant of powers provided for in such person's written appointment as such attomey-in-fact. (3) Each of the Chairman, the President and the I ice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and die Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company die authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification ofoneormore particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (f) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (if) the foregoing Power of Attorney is true, correct and in full force and effect. Given under try hand and seals Cf sale COL --pales at WI_Itehouse Station, NJ, this y\(ta c -, , r„ t -,1 Down 1I. Chloro; Assistant Setreiary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Tele hone(908)903-3493 Fax(908)903-3656 e-mail: surety@chubb.com FED- VIG-PI (rev. 08-18) Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National Fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25" day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25' day of April, 2012: " IN1.ereas, `c by -Ems of tl-_e Compa-_,, or speciIll c resolution o_"the 3oard of Directors has authorized verious officers (the " ^uthorized Cfficers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " Primoris .Jamas Cent tructlon Group RESOLUTION OF TITE BOARD OF MANAGERS OF JAMES CONSTRUCTION GROUP, LLC DATED November 4, 2019 The amdersianed, being all of the members of the Board of Managers of James Construction Group, LLC, a Florida limited liability company duly formed and validly existing under the laws of the State of Florida (the "Company'), pursuant to the authority granted in the Operating Agreement of the Company, do hereby consent to the adoption of the following resolutions. and do hereby adopt such resolutions: BE IT RESOLVED that the following individuals are the approved slate of officers of James Construction Group, LLC and each is authorized and has the power to bind the Company by entering in any contract or be executing any instrument in the name of the Company; and such authority is general and not confined to specific instances, and shall continue until modified by resolution; Torn McCormick CEO Mark W. Buchanan President Blanche Arceneaux Chief Financial Officer — Eastern Group John M. Perisich Executive Vice President/Secretary Scott Adair Sr. Vice -President Jonas Beatty Vice -President Infrastructure & Maintenance Division Dave Van Dam Vice President Mitchell Bernhard Vice President BE IT FURTHER RESOLVED that the following individuals are the approved slate of managers of .fames Construction Group, LLC. Tom McCormick Manager Ken Dodgen Manager Mark Buchanan Manager John M. Perisich Manager Ton, McCormick Mark Buchanan Ken Dodgen J hn M. Perisich CITY OF PEARLAND LGPP AWARD AND EXECUTION OF CONTRACT Section 00310-T ITEM 3L — LGPP AWARD AND EXECUTION OF CONTRACT 1. AWARD OF CONTRACT The Owner will award, reject, or defer the Contract within 90 days after the opening of the bid. The Owner reserves the right to reject any or all bids and to waive technicalities in the best interest of the Owner. 1.1. Award. The Owner will award the Contract to the lowest Responsive and Responsible Bidder as determined by Section 00200, Article 16, Instructions to Bidders, and 00210-T LGPP Supplement to Instructions to Bidders. The Owner may award a Contract to the second lowest Bidder when the following requirements have been met: A The low Bidder withdraws its bid. 1 The low Bidder fails to enter into a contract with the Owner after Award A The second low Bidder's unit bid prices are reasonable. 1.2. Rejection. The Owner will reject the Contract if: A Collusion may have existed among the Bidders. Collusion participants will not be allowed to bid future bids for the same Contract. A The low bid is mathematically and materially unbalanced. The Bidder will not be allowed to bid future bids for the same Contract. A The lowest bid is higher than the Owner's estimate and re -advertising for bids may result in a lower bid. A Rejection of the Contract is in the best interest of the Owner. 1.3. Deferral. The Owner may defer the award or rejection of the Contract when deferral is in the best interest of the Owner. 2. RESCINDING OF AWARD The Owner reserves the right to cancel the award of any Contract before Contract execution with no compensation due when the cancellation is in the best interest of the Owner. The Owner will return the bid security to the Contractor. 3. DISADVANTAGED BUSINESS ENTERPRISE (DBE)/HISTORICALLY UNDERUTILIZED BUSINESS/SMALL BUSINESS ENTERPRISE (SBE) 06-2018 Submit all DBE/HUB/SBE information in the time frame specified when required by the bid documents. 00310-T 1 of 4 C- CITY OF PEARLAND LGPP AWARD AND EXECUTION OF CONTRACT 4. EXECUTION OF CONTRACT Provide the following within 10 days after written notification of award of the Contract: 4.1. Contract. Executed by Contractor and Surety. 4.2. Bonds. Executed performance bond, payment bond and maintenance bond in the full amount of the Contract price with powers of attorney. Provide bonds in accordance with Table 1. Furnish the payment, performance bonds and maintenance bonds as a guaranty for the protection of the claimants and the Owner for labor and materials and the faithful performance of the work. Table 1 Bonding Requirements 4.3. Insurance. Submit a Certificate of Insurance showing coverage's in accordance with Contract requirements. 06-2018 Insurances must cover the contracted work for the duration of the Contract and must remain in effect until final acceptance. Failure to obtain and maintain insurance for the contracted work may result in suspension of work or default of the Contract. If the insurance expires and coverage lapses for any reason, stop all work until the Owner receives an acceptable Certificate of Insurance. Provide the Owner with a Certificate of Insurance verifying the types and amounts of coverage as outlined in the Attachment No. 3 to General Conditions of Agreement. The Certificate of Insurance must be in a form approved by the Owner. Any Certificate of Insurance provided must be available for public inspection. By signing the Contract, the Contractor certifies compliance with all applicable laws, rules, and regulations pertaining to workers' compensation insurance. This certification includes all subcontractors. Pay all deductibles stated in the policy. Subcontractors must meet the requirements of insurance either through their own coverage or through the Contractor's coverage. The Workers' Compensation policy must include a waiver of subrogation endorsement in favor of the Owner. For building -facilities Contracts, provide All Risk Builder's Risk Insurance to protect the Owner against loss by storm, fire or extended coverage perils on work and materials intended for use on the project including the adjacent structure. Name the Owner under the Lost Payable Clause. 00310-T 2 of 4 65 Contract Amount Re uired Bonds Less than $25,000 None $25,000 to $100,000 Payment More than $100,000 Performance and Payment 4.3. Insurance. Submit a Certificate of Insurance showing coverage's in accordance with Contract requirements. 06-2018 Insurances must cover the contracted work for the duration of the Contract and must remain in effect until final acceptance. Failure to obtain and maintain insurance for the contracted work may result in suspension of work or default of the Contract. If the insurance expires and coverage lapses for any reason, stop all work until the Owner receives an acceptable Certificate of Insurance. Provide the Owner with a Certificate of Insurance verifying the types and amounts of coverage as outlined in the Attachment No. 3 to General Conditions of Agreement. The Certificate of Insurance must be in a form approved by the Owner. Any Certificate of Insurance provided must be available for public inspection. By signing the Contract, the Contractor certifies compliance with all applicable laws, rules, and regulations pertaining to workers' compensation insurance. This certification includes all subcontractors. Pay all deductibles stated in the policy. Subcontractors must meet the requirements of insurance either through their own coverage or through the Contractor's coverage. The Workers' Compensation policy must include a waiver of subrogation endorsement in favor of the Owner. For building -facilities Contracts, provide All Risk Builder's Risk Insurance to protect the Owner against loss by storm, fire or extended coverage perils on work and materials intended for use on the project including the adjacent structure. Name the Owner under the Lost Payable Clause. 00310-T 2 of 4 65 CITY OF PEARLAND LGPP AWARD AND EXECUTION OF CONTRACT For Contracts with railroad requirements, see project -specific details for additional insurance requirements. Provide a substitute Surety on the Contract bonds in the original full Contract amount within 15 days of notification if the Surety is declared bankrupt or insolvent, the Surety's underwriting limitation drops below the Contract amount or the Surety's right to do business is terminated by the Owner. The substitute Surety must be authorized by the laws of the State and acceptable to the Owner. Work will be suspended until a substitute Surety is provided. Working day charges will be suspended for 15 days or until an acceptable Surety is provided, whichever is sooner. The work performed under this section will not be measured or paid for directly but will be subsidiary to pertinent items. 4.4. Railroad Documents. Provide all required documents for satisfaction of railroad requirements for projects that have work which involves railroad right of way. 5. FAILURE TO ENTER CONTRACT If the Contractor fails to comply with all of the requirements in Article 3.4., "Execution of Contract," the bid guaranty will become the property of the Owner, not as a penalty, but as liquidated damages. The Contractor forfeiting the bid guaranty will not be considered in future bids for the same work unless there has been a substantial change in design of the work. 6. APPROVAL AND EXECUTION OF CONTRACT The Contract will be approved and signed under authority of the Owner. 7. RETURN OF BID GUARANTY The bid guaranty check of the low Bidder will be retained until after the Contract has been rejected or awarded and executed. Bid bonds will not be returned. 8. BEGINNING OF WORK 06-2018 Do not begin work until authorized in writing by the Owner. When callout work is required, provide a method of contact available from 8 A.M. until 5 P.M. every work day and 24 hr. a day, 7 days a week for projects with emergency mobilization, unless otherwise shown on the plans. The time of notice will be the transmission time of the notice sent, provided orally, or provided in person by the Owner's representative. Verify all quantities of materials shown on the plans before ordering. 00310-T 3 of 4 66 CITY OF PEARLAND LGPP AWARD AND EXECUTION OF CONTRACT For projects with alternate bid items, the work order will identify the base bid work and additive or deductive alternate work to be performed. The Owner makes no guarantee that the additive or deductive alternate work will be required. 9. ASSIGNMENT OF CONTRACT Do not assign, sell, transfer, or otherwise dispose of the Contract or any portion rights, title, or interest (including claims) without the approval of the Owner or designated representative. The Owner must deem any proposed assignment justified and legally acceptable before the assignment can take place. 10. EXCLUDED PARTIES 06-2018 The Contractor certifies by signing the Contract that the Contractor will not enter into any subcontract with a subcontractor that is debarred or suspended by the Owner or by any state or federal agency. 00310-T 4 of 4 67 BIDDER'S CERTIFICATION OF CITY OF PEARLAND COMPLIANCE WITH BUY AMERICAN PROGRAM Document 00456 BIDDER'S CERTIFICATION OF COMPLIANCE WITH BUY AMERICAN PROGRAM (AVIATION SAFETY AND CAPACITY EXPANSION ACT OF 1990) By submitting a bid, except for those items listed by Bidder below or on additional copies of this page, attached to this page, Bidder certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. In case of conflicts with corresponding provisions of other Bidding Documents, Buy American Program provisions govern. Bidders may obtain from the City a list of products excepted from this provision. Use additional copies of this page as required. PRODUCT N/A COUNTRY OF ORIGIN The above information is true and complete to the best of my knowledge and belief. Scott Adair President (Printed or typed a of Signatory) 02 � f�l/�Or✓(�o2.C�o2d Signature Date T - Note: The penalty for making false statements in offers is prescribed in 18 U.S. C. 1001. END OF DOCUMENT 00456-1 02-01-2004 68 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. !J Name of vendor who has a business relationship with local governmental entity. James Construction Group, LLC 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. N/A Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. N/A A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F-1 Yes a No b Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A 6 F-1Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 64q 7 Scott Adair President VV dL% C2 -c) � SiarIffire of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www. ethics. state.tx.us Revised 11/30/2015 69 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http://www. statutes. legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12 -month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12 -month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code & 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 70 CITY OF PEARLAND STANDARD FORM OF AGREEMENT Section 00500 STANDARD FORM OF AGREEMENT (LGPP) THIS AGREEMENT is by and between City of Pearland (hereinafter called OWNER or City) and James Construction Group, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all work as specified or indicated in or reasonably inferable from the Contract Documents (hereinafter the "Work"). The Work is generally described as follows: McHard Road Extension Cullen Boulevard to Mykawa Road City of Pearland, Texas COP PN: TR1405 BID NO.: 1020-04 The Disadvantaged Business Enterprise (DBE) goal for this project is 3.5%. The Small Business Enterprise (SBE) goal for this project is 0%. DBEs and SBEs selected must be TxDOT approved. Race neutral participation is encouraged and can be achieved through various supplier and subcontracting opportunities. Article 2. ENGINEER The Work has been designed by Freese and Nichols, Inc., 11200 Broadway Street, Suite 2320, Pearland, TX 77584, Mr. Ron Bavarian, P.E. who is hereinafter called ENGINEER and who is to assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME 2-2015 3.1 The Work will be Substantially Complete (as defined in Article 1 of the General Conditions) within seven hundred (700) days (including weekends and holidays) from the date when the Contract Time commences to run as provided in paragraph 5.01 of the General Conditions (as revised in the Special Conditions if applicable), and completed and ready for Final Payment within seven hundred thirty (730) days from the date when the Contract Time commences to run. No work will be allowed on Sundays. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 5 of the General Conditions. 00500 - I of 7 71 CITY OF PEARLAND STANDARD FORM OF AGREEMENT OWNER and CONTRACTOR also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding 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) CONTRACTOR shall pay OWNER fifteen hundred dollars ($1,500.00) for each day that expires after the time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time set out in the Certificate of Substantial Completion or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER fifteen hundred dollars ($1,500.00) for each day that expires after the time specified in the Certificate of Substantial Completion for completion and readiness for Final Payment. 3.3 Inspection Time. Working hours for the Pearland Inspection personnel are from 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding City approved holidays. The Contractor shall notify the OWNER of any required inspection overtime work at least 48 hours in advance and shall pay the overtime wages for the required City inspections. Article 4. CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the Work in strict accordance with the Contract Documents in current funds $ 29,658.286.30 (the "Contract Price"). The Contract Price includes the Base Bid [and Alternate(s) #, #, #, #, & #, as accepted by OWNER and edit as required]. as shown in Document 00300 — Bid Proposal. Article 5. PAYMENT PROCEDURES 2-2015 CONTRACTOR shall submit Applications for Payment in accordance with Section 6.0 "Measurement and Payment" of the General Conditions. Application for Payment will be processed by ENGINEER as provided in the General Conditions. 5.1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER as provided below. All progress payments will be on the basis of the progress of the Work and actual quantity of Work completed, in accordance with Article 6 "Measurement and Payment" of the General Conditions. 5. 1.1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage or actual quantity of Work complete, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with the General Conditions. The OWNER shall make payment within 30 days of receipt of application for payment by the ENGINEER. 00500 - 2 of 7 72 CITY OF PEARLAND STANDARD FORM OF AGREEMENT 5.1.2 Each progress payment shall be less retainage as specified in Paragraph 6.06 of the General Conditions, and further less all previous payments and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the OWNER may upon written recommendation of the ENGINEER pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER's option, may be relieved of the obligation to fully complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 6.09 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 6.09. Article 6. INTEREST Interest on any overdue payment from OWNER to CONTRACTOR shall be paid in accordance with the provisions of Chapter 2251.025 of the Texas Government Code, as amended. Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing of the Work. 7.2 CONTRACTOR has studied carefully all available surveys, assessments, reports of explorations, investigations, and tests of subsurface conditions and drawings of physical conditions of the site. Such technical reports and drawings are not Contract Documents, and Owner makes no representations or warranties as to the accuracy of such documents or information, or to whether or not they are complete, comprehensive, or all-inclusive. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraphs 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work, and CONTRACTOR assumes the risk of such subsurface and physical conditions, and shall furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and 2-2015 00500 - 3 of 7 73 CITY OF PEARLAND STANDARD FORM OF AGREEMENT conditions of the Contract Documents; and no additional examinations, investigations, explorations, tests, reports, and studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and finish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies in the Contract Documents of which Contractor knew or should have known, and CONTRACTOR shall perform the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including any written resolution of any such conflict, error or discrepancy by ENGINEER. In the event of a conflict that was not brought to the OWNER'S or ENGINEER's attention prior to the bid, the CONTRACTOR is assumed to have bid the most expensive alternative. Article 8. CONTRACT DOCUMENTS 2-2015 The Contract Documents, which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work, consist of the following, each of which are incorporated herein by reference: 8.1 Standard Form of Agreement (Section 00500). 8.2 Performance, Payment, and/or Maintenance Bonds (Sections 00610, 00611, and 00612). 8.3 General Conditions of Agreement (Section 00700), including Attachment No. 1 Workers' Compensation Insurance Coverage, Attachment No. 2 Agreement for Final Payment and Contractor's Sworn Release, and Attachment No. 3 Owner's Insurance Requirements of Contractor. 8.4 Special Conditions of Agreement (Section 00800). 8.5 TxDOT Local Government Project Procedures documents (Section 00850). 8.6 Plans, consisting of sheets numbered 1 through 721 inclusive with attachments with each sheet bearing the following general title: McHard Road Extension from Cullen Boulevard to Mykawa Road 00500 - 4 of 7 74 CITY OF PEARLAND STANDARD FORM OF AGREEMENT 8.7 Instructions to Bidders and CONTRACTOR's Bid Proposal, including any Addenda referenced therein. 8.8 Technical Specifications for the Work. 8.9 The following, which may be delivered or issued after this Agreement becomes effective: Any Change Orders or other documents amending, modifying, or supplementing the Contract Documents in accordance with the General Conditions. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions. Article 9. MISCELLANEOUS 2-2015 9.1 Terms used in this Agreement which are defined in Section 1, "Definitions and Interpretations" of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another parry hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representative to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9.4 CONTRACTOR agrees to warranty the Work for a period of one (1) year from Substantial Completion against defects in materials and workmanship. CONTRACTOR agrees to repair or replace any defective work within this warranty period immediately unless such repairs require long lead time materials and equipment in which case CONTRACTOR shall provide an agreeable schedule for repairs at no additional cost to OWNER. 9.5 The Work will be completed according to the Contract Documents and in accordance with codes, ordinances, and construction standards of the City of Pearland, and all applicable laws, codes and regulations of governmental authorities. 9.6 In the event any notice period required under the Contract Documents is found to be shorter than any minimum period prescribed by applicable law, the notice period required shall be construed to be the minimum period prescribed by applicable law. 00500 - 5 of 7 75 1 CITY OF PEARLAND 2-2015 STANDARD FORM OF AGREEMENT 9.7 This Contract and the Contract Documents, insofar as they relate in any part or in any way to the Work undertaken therein, constitute the entire agreement between the parties hereto, and it is expressly understood and agreed that there are no agreements or promises by and between said parties, except as aforesaid, and that any additions thereto or changes shall be in writing. 9.8 The provisions of this Contract shall be applied and interpreted in a manner consistent with each other so as to carry out the purposes and the intent of the parties, but if for any reason any provision is unenforceable or invalid, such provisions shall be deemed severed from this Contract and the remaining provisions shall be carried out with the same force and effect as if the severed provision had not been part of this Contract. 9.9 The headings of the paragraphs are included solely for the convenience of reference and if there is any conflict between the headings and the text of this Contract, the Contract text shall control. 9.10 The waiver of any breach hereof shall not constitute a waiver of any subsequent breach of the same or any other provision hereof. Failure by the OWNER in any instance to insist upon observance or performance by CONTRACTOR shall not be deemed a waiver by CONTRACTOR of any such observance or performance. No waiver will be binding upon OWNER unless in writing and then will be for the particular instance only. Payment of any sum by OWNER to CONTRACTOR with knowledge of any breach or default will not be deemed a waiver of such breach or default or any other breach or default. 9.11 The CONTRACTOR acknowledges that the OWNER (through its employee handbook) considers the following to be misconduct that is grounds for termination of an employee of the OWNER: Any fraud, forgery, misappropriation of funds, receiving payment for services not performed or for hours not worked, mishandling or untruthful reporting of money transactions, destruction of assets, embezzlement, accepting materials of value from vendors, or consultants, and/or collecting reimbursement of expenses made for the benefit of the OWNER. The CONTRACTOR agrees that it will not, directly or indirectly; cause an employee of the OWNER to engage in such misconduct. 9.12 The CONTRACTOR agrees to comply with Appendix A (attached) of the City of Pearland's Title VI Nondiscrimination Plan Assurances. 00500 - 6 of 7 76 CITY OF PEARLAND STANDARD FORM OF AGREEMENT IN WITNESS WHEREOF, OWNER. and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and one to CONTRACTOR. This Agreement will be effective upon execution and attestation by authorized representatives of the City of Pearland and upon the following date: June 22 , 20 20. OWNER: CITY OF PE 72L— Title:AnAiff!!!!� By: Date: 1,,) I ATTEST "► UVUi 2-2015 CONTRACTOR: James Con uction Group, LLC 14r 4 By: V-�' Title: P sident Date: June 22, 2020 Scott Adair (Corporate Seal) ATTEST ­'n"N\a . Address for giving notices James Construction Group, LLC 222 Pennbright Drive Suite 230 Houston, Texas 77090 Phone: 281-350-3500 Fax: 866-293-7671 Agent for service of process: END OF SECTION 00500 - 7 of 7 77 CITY OF PEA RLAND Title VI Nondiscrimination Assurances APPENDIX A Title VI During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees asfollows: (1) Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in Federally -Assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sub -Recipient or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Sub -Recipient, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Sub -Recipient shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part. 78 CITY OF PEARLAND Title VI (6) Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Sub - Recipient or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sub -Recipient to enter into such litigation to protect the interests of the Sub -Recipient, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 79 CITY OF PEARLAND STANDARD FORM OF AGREEMENT APPENDIX B House Bill 89 Verification 1, Scott Adair (Person name), the undersigned representative (hereafter referred to as "Representative") of James Construction Group, LLC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. SIGNATWL OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 22 day of June , 2020 . I Nota ubl' 80 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 Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2020-628245 James Construction Group, LLC Houston, TX United States Date Filed: 06/05/2020 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland Date Acknowledged: 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. # TR1405 CSJ 912-31-290 McHard Road Extension (Cullen Boulevard to Mykawa Road 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is Scott Adair and my date of birth is My address is 222 Pennbright Drive , Suite 230 Houston , TX 77090 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County, State ofTeXas —on the 5 day of June 20 20 . (month) (year) Signatur o authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethirs.state.tx.us versinn v1 1 ;.F,aaf7ri r1k CITY OF PEARLAND Section 00610 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF BRAZORIA § i PERFORMANCE BOND 5 Originals Issued Bond No: Federal: K15505382 Continental: 30094739 KNOW ALL MEN BY THESE PRESENTS: That James Construction Group, LLC of the City of Houston , County of Harris , and State of Texas, as principal, and Federal Insurance Company & Continental Casualty Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of $ 29,658,286.30 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 22nd day of June , 20 20 , (the "Contract") to commence and complete the construction of certain improvements described as follows: McHard Road Extension Cullen Boulevard to Mykawa Road City of Pearland, Texas COP PN: TR1405 BID NO.: 1020-04 which Contract, including the Contract Documents as defined therein, is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract Work and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions, and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and Contract Documents, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the Work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. 12/2007 00610 - 1 of 2 82 CITY OF PEARLAND PERFORMANCE BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of June , 20 20 . Principal: James Constr n Group, LLC l B,,: Title: Sc Adair, President Address: 222 Penbright Drive, Suite 230 Houston, TX 77090 Telephone: (281) 350-3500 Fax: (281) 350-3503 Surety: Federal Insurance Company & Continental Casualty Company By: �V"l ) I Title: Karen Rhodes, Attorney -in -Fact Address: Federal: 2026 Halls Mill Rd., Whitehouse Station, NJ 08889 Continental: 151 N. Franklin Street, Chicago, IL 60606 Telephone: Federal: (908) 903-3493; continental: (877) 672-6115 Fax: Federal: (908) 903-3656; Continental: (312) 822-7517 NOTICE: THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL-FREE TELEPHONE NUMBER; 1-800-252-3439. END OF SECTION 12/2007 00610-2of2 83 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Marin On .rune 22, 2020 before me, )on Richard Sullivan, Notary Public (insert name and title of the officer) personally appeared Karen Rhodes who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Si (Seal) JON RICHARD SULLIVAN COMM. #2165103 z Notary Public . California o z �,-�;6.� Marin County ,� My Comm. Expires Sep. 14, 2020 CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Ytww All by Thelia Presents, That FWERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Trisha Chang, Michael Brophy McGowan, Susan J. McGowan, Karen Rhodes and Jon Richard Sullivan of Novato, California ------------------------------ —---------------------------------------------- —----------- _--_---------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness WheteoE said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16" day of July, 2019. Dawn M. ChkxuS Assistant Secretary STATE OF NEW JERSEY County of Hunterdon Ss. Stephen M. Haney. Vice Presidimt On this 100 day ofj*, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Sealto KATHERINE J. ADELAAR h^�A+Y NOTARY PUBLIC OF NEW JERSEY No.2316665 sPUBLIC Commission Expires July 16, 2024 Notaryhd& JER"� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds. undertaking, recognizances. contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company. under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Cotrunitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman. the President and the vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or byspecifitxtion of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this J u n e 22 , 2020 Dawn M. Ch1anF. , ssistant IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT LIS AT: Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com FED- VIG-PI (rev. 08-18) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Michael Brophy McGowan, Susan J Mc Gowan, Jon Richard Sullivan, Karen Rhodes, Trisha Chang, Individually of Novato, CA, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of October, 2018. ASIS %NSUR4'k^ ` wFNr op t P tii � Cp{+poFurp z► O r D JULY 11, SEAL 1902 a ISO NAR b • Continental Casualty Company National Fire Insurance Company of Hartford American2CClty Company of Re ing, Pennsylvania oe Paul T. Bruflat Ace President State of South Dakota, County of Minnehaha, ss: On this 8th day of October, 2018, before me personally came Paul T. Bruflat to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. 1;0=0HR 1"E' KC-------- 6�)-7ty?A-� WM My Commission Expires June 23, 2021 J. Mohr V Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 22nd day of June, 2020. cfSW4�}y %%SUR4 i coaP'7R,6t�c � � o `NCORIOR4T a �` • s JULY 11. �)\ SE�AI. < HAR�r" • Form F68534/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Johnson Assistant Secretary Go to www.cnasuretV.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective" This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National Fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " �- Primoris James Construction Group RESOLUTION OF THE BOARD OF MANAGERS OF JAMES CONSTRUCTION GROUP, LLC DATED March 23, 2020 The undersigned, being all of the members of the Board of Managers of James Construction Group, LLC, a Florida limited liability company duly formed and validly existing under the laws of the State of Florida (the "Company"), pursuant to the authority granted in the Operating Agreement of the Company, do hereby consent to the adoption of the following resolutions, and do hereby adopt such resolutions: RESOLVED, that the resignation of President Mark Buchanan of Company be, and hereby is, accepted effective March 23, 2020. RESOLVED, that Scott Adair be, and hereby is, elected to the office of President effective March 23, 2020. BE IT FURTHER RESOLVED that the following individuals are the approved slate of officers of James Construction Group, LLC and each is authorized and has the power to bind the Company by entering in any contract or be executing any instrument in the name of the Company, and such authority is general and not confined to specific instances, and shall continue until modified by resolution; Tom McCormick Scott Adair Blanche Arceneaux John M. Perisich Jonas Beatty Dave Van Dam Mitchell Bernhard Tom McCormick CEO President Chief Financial Officer — Eastern Group Executive Vice President/Secretary Vice -President Infrastructure & Maintenance Division Vice President Vice President Ken Dodgen CITY OF PEARLAND PAYMENT BOND Section 00611 5 Originals Issued Bond No: PAYMENT BOND Federal: K15505382 Continental: 30094739 STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS: That .lames Construction Group, LLC of the City of Houston , County of Harris , and State of Texas, as principal, and Federal Insurance Company & Continental Casualty Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of $ 29,658,286.30 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 22nd day of ,lune , 2p 20 , (the "Contract") to commence and complete the construction of certain improvements described as follows: McHard Road Extension Cullen Boulevard to Mykawa Road City of Pearland, Texas COP PN: TR1405 BID NO.: 1020-04 which Contract, including the Contract Documents as defined therein, is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor or material to him or a subcontractor in the prosecution of the Work provided for in said Contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the Work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. 07/2006 00611 - 1 of 2 84 CITY OF PEARLAND PAYMENT BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of June , 2020. Principal: James Constru t' n Group, LLC By Titre: Sco Adair, President Address: 222 Penbright Drive, Suite 230 Houston, TX 77090 Telephone: (281) 350-3500 Fax: (281) 350-3503 Surety: Federal Insur rice Company & Continental Casualty Company By: lqtu ) M -b-0 Title: Karen Rhodes, Attorney -in -Fact Address: Federal: 2026 Halls Mill Rd., Whitehouse Station, NJ 08889 Continental: 151 N. Franklin Street, Chicago, IL 60606 Telephone: Federal: (908) 903-3493, Continental: (877) 672-6115 Fax: Federal: (908) 903-3656; Continental: (312) 822-7517 NOTICE: THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL-FREE TELEPHONE NUMBER; 1-800-252-3439. END OF SECTION 07/2006 00611 - 2 of 2 85 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Marin On June 22, 2020 before me, ]on Richard Sullivan, Notary Public (insert name and title of the officer) personally appeared Karen Rhodes who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 10N RICHARD? SULLIVAN COMM. #2165103 Notary Public California z z " Marin County ° M Comm. Expires Sep. 19, 2020 CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL. INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Trisha Chang, Michael Brophy McGowan, Susan J. McGowan, Karen Rhodes and Jon Richard Sullivan of Novato, California------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16" day of July, 2019. Dawn M. Chkiros. Assistant Secretary. STATE OF NEW JERSEY County of Hunterdon A)t�A- V"� g-(-� Stephen M. Haney, Vice President On this 16" day of July, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she sighed said Power of Attorney as Assistant Secretary of said Companies by like authority,, and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal OT+y KATHERINE PUBLICO NEW �� NOTARY PUBLIC OF NEW JERSEY 4 PUBLIC No. 2318885 COMMISaion Expires July 16, 2024 Norary Pu6llc JERg� CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (f) the foregoing Resolutions adopted by the Board of Directors of the Companies are we, correct and in frill force and effect, (G) the foregoing Power of Attorney is true, correct and in frill force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this J u n e 22, 2020 *10 0 Dawn M. Chloros. Assistant Secret IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Tele hone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com FED- VIG-PI (rev. 08-18) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Michael Brophy Mc Gowan, Susan J Mc Gowan, Jon Richard Sullivan, Karen Rhodes, Trisha Chang, Individually of Novato, CA, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of October, 2018. CASA/<r` t� tiNSUR,�,�F �ts" �Mr o� GORPORAre 1897 MAN • Continental Casualty Company National Fire Insurance Company of Hartford American Ca lty Company of Re ing, Pennsylvania Paul T. Bruflat Ace President State of South Dakota, County of Minnehaha, ss: On this 8th day of October, 2018, before me personally came Paul T. Bruflat to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. ---------------- J. MOHR NGTw MRUC SOUTH DAKOTA My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 22nd day of June, 2020. rP!00 VASUR,�^O%oCORP014 • 1SERt_ JULY I, z aIse', MAP Form F68534/20U Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania <0-O— . jvvlt�� D. Johnson Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National Fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251 day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " Primoris James Construction Group RESOLUTION OF THE BOARD OF MANAGERS OF JAMES CONSTRUCTION GROUP, LLC DATED March 23, 2020 The undersigned, being all of the members of the Board of Managers of James Construction Group, LLC, a Florida limited liability company duly formed and validly existing under the laws of the State of Florida (the "Company"), pursuant to the authority granted in the Operating Agreement of the Company, do hereby consent to the adoption of the following resolutions, and do hereby adopt such resolutions: RESOLVED, that the resignation of President Mark Buchanan of Company be, and hereby is, accepted effective March 23, 2020. RESOLVED, that Scott Adair be, and hereby is, elected to the office of President effective March 23, 2020. BE IT FURTHER RESOLVED that the following individuals are the approved slate of officers of James Construction Group, LLC and each is authorized and has the power to bind the Company by entering in any contract or be executing any instrument in the name of the Company, and such authority is general and not confined to specific instances, and shall continue until modified by resolution; Tom McCormick CEO Scott Adair President Blanche Arceneaux Chief Financial Officer — Eastern Group John M. Perisich Executive Vice President/Secretary Jonas Beatty Vice -President Infrastructure & Maintenance Division Dave Van Dam Vice President Mitchell Bernhard Vice President Tom McCormick Ken Dodgen CITYOFPEARLAND ONE-YEAR MAINTENANCE BOND Section 00612 5 Originals Issued Bond No: ONE-YEAR MAINTENANCE BOND Federal: K15505382 Continental: 30094739 STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS: That James Construction Group, LLC of the City of Houston , County of Harris , and State of Texas, as principal, and Federal insurance Company & Continental Casualty Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of $ 29,658,286.30 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 22nd day of ,lune 20 20 , (the "Contract") to commence and complete the construction of certain improvements described as follows: McHard Road Extension Cullen Boulevard to Mykawa Road City of Pearland, Texas COP PN: TR1405 BID NO.: 1020-04 which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully correct all such work not in accordance with the Contract Documents discovered within the one-year period from the date of substantial completion, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. 07/2006 00612 - 1 of 2 86 CITY OF PEARLAND ONE-YEAR MAINTENANCE BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 22nd day of .lune , 20 20. Principal: James Construct Group, LLC t By: 4 Tale. Scott dair, President Address: 222 Penbright Drive, Suite 230 Houston, TX 77090 Telephone: (281) 350-3500 Fax: (281) 350-3503 Surety: Federal Insulfnce Company Continental Casualty Company By: Title: Karen Rhodes, Attorney -in -Fact Address: Federal: 2028 Halls Mill Rd., Whitehouse Station, NJ 08889 Continental: 151 N. Franklin Street, Chicago, IL 60606 Telephone: Federal: (908) 903-3493; Continental: (877) 672-6115 Fax: Federal: (908) 903-3656; Continental: (312) 822-7517 NOTICE: THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL-FREE TELEPHONE NUMBER; 1-800-252-3439. END OF SECTION 07/2006 00612 - 2 of 2 87 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Marin On June 22, 2020 before me, Jon Richard Sullivan, Notary Public (insert name and title of the officer) personally appeared Karen Rhodes who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) ^' ON RICHARD SULLIVAN T� o. COMM. #2165103 z Notary Public - California Z Marin County ' My Comm. Expires Sep. 19, 2020 CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know AD by Thme Presets, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Trisha Chang, Michael Brophy McGowan, Susan J. McGowan, Karen Rhodes and Jon Richard Sullivan of Novato, California-------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 161 day of July, 2019. Dawrl M. Chloros, Assistant Secretary *0o STATE OF NEW JERSEY County of Hunterdon Aj�— .4,k gi � Stephen M. Raney. Vice President On this 1616 day of jft 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds. undertakings. recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specked in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman. the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this J u n e 22 , 202 0 (Poo Dawn M. Chloros. Assistant SecretarY IN THE EVENT YOU WISH =THE THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Tele hone (908)903-3493 Fax (908) 903- 3656 email: sure �cttubb.mm FED- VIG-PI(rev .08-18) Notarial Seal F KATHERINE J. ADELAAR OrAitY b NOTARY PUBLIC OF NEW JERSEY �POBLIC JEt+g� No. 2316685 Qwwnisswn Expires July 16, 2024 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds. undertakings. recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment'): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of Company, to appoint in writing any person the attorney- in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specked in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman. the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (I) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this J u n e 22 , 202 0 (Poo Dawn M. Chloros. Assistant SecretarY IN THE EVENT YOU WISH =THE THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Tele hone (908)903-3493 Fax (908) 903- 3656 email: sure �cttubb.mm FED- VIG-PI(rev .08-18) POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Michael Brophy Mc Gowan, Susan J Mc Gowan, Jon Richard Sullivan, Karen Rhodes, Trisha Chang, Individually of Novato, CA, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 8th day of October, 2018. Ct 1MS1R1COPPORArp 11, SEAL 1891 HAS Continental Casualty Company National Fire Insurance Company of Hartford American Ca lty Company of Re ing, Pennsylvania Paul T. Bruflat ce President State of South Dakota, County of Minnehaha, ss: On this 8th day of October, 2018, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. ---------------- J. MOHR p SOUTH DAKOTA7� GF L My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 22nd day of June, 2020. 14St1R4 Nr oa oZA �� `1►�ORPOg4Tfo � 1 Sa,4L ��Y/ '�► i �uisYozlHAS Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American CasualtyCompany of Reading, Pennsylvania D. Johnson Assistant Secretary Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National Fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251° day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25' day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. " Primoris James Construction Group RESOLUTION OF THE BOARD OF MANAGERS OF JAMES CONSTRUCTION GROUP, LLC DATED March 23, 2020 The undersigned, being all of the members of the Board of Managers of James Construction Group, LLC, a Florida limited liability company duly formed and validly existing under the laws of the State of Florida (the "Company"), pursuant to the authority granted in the Operating Agreement of the Company, do hereby consent to the adoption of the following resolutions, and do hereby adopt such resolutions: RESOLVED, that the resignation of President Mark Buchanan of Company be, and hereby is, accepted effective March 23, 2020. RESOLVED, that Scott Adair be, and hereby is, elected to the office of President effective March 23, 2020. BE IT FURTHER RESOLVED that the following individuals are the approved slate of officers of James Construction Group, LLC and each is authorized and has the power to bind the Company by entering in any contract or be executing any instrument in the name of the Company, and such authority is general and not confined to specific instances, and shall continue until modified by resolution; Tom McCormick Scott Adair Blanche Arceneaux John M. Perisich Jonas Beatty Dave Van Dam Mitchell Bernhard Tom McCormick CEO President Chief Financial Officer — Eastern Group Executive Vice President/Secretary Vice -President Infrastructure & Maintenance Division Vice President Vice President Ken Dodgen CITY OF PEARLAND PARTIAL WAIVER OF LIEN Section 00615 PARTIAL WAIVER OF LIEN AND PAYMENT AFFIDAVIT The undersigned contracted with City of Pearland to furnish in connection with certain improvements to real property located in the City of Pearland, TX and owned by the City of Pearland which improvements are described as follows: McHard Road Extension from Cullen Boulevard to Mykawa Road. In consideration of Pay Estimate No. in the amount of $ the undersigned, on oath, states that all persons and firms who supplied labor and materials to the undersigned in connection with said Project will be fully paid within 30 days of the date of this document by the undersigned for such work through In consideration of the payment herewith made, the undersigned does fully and finally release and hold harmless the City of Pearland and its surety, if any, through the above date from any and all claims, liens, or right to claim or lien, arising out of this Project under any applicable bond, law or statue. It is understood that this affidavit is submitted to induce payment of the above sum and for use by the City of Pearland in assuring the Owner and others that all liens and claims relating to the said Project furnished by the undersigned are paid. State of _ County of Subscribed and sworn to, before me, this My Commission Expires: Signature Printed Name & Title Company Name day of , 20 Notary Public 5-12-12 88 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Section 00700 GENERAL CONDITIONS OF AGREEMENT TABLE OF CONTENTS Page No. 1.0 DEFINITIONS AND INTERPRETATIONS 1 1.01 Owner, Contractor and Engineer 1.02 Contract Documents 1.03 Subcontractor 1.04 Written Notice 1.05 Work 1.06 Extra Work 1.07 Work Day 1.07-1 Rain Day 1.07-2 Impact Day 1.08 Calendar Day 1.09 Substantially Completed 1.10 Interpretation of Words and Phrases 1.11 Referenced Standards 1.12 Contract Time 1.13 Construction Inspector 1.14 Balancing Change Order 2.0 RIGHTS AND RESPONSIBILITIES OF THE OWNER 4 2.01 No Warranty of Design 2.02 Right of Entry 2.03 Ownership of Plans 10-2012 00700-i 89 CITY OF PEA RLAND GENERAL CONDITIONS OF AGREEMENT 2.04 Changes and Alterations 2.05 Damages 3.0 RIGHTS AND RESPONSIBILITIES OF THE ENGINEER 6 3.01 Owner -Engineer Relationship 3.02 Keeping of Plans and Specifications Accessible 3.03 Preliminary Approval 3.04 Inspection by Engineer 3.05 Determination of Questions and Disputes 3.06 Recommendation of Payment 4.0 RIGHTS AND RESPONSIBILITIES OF THE CONTRACTOR 8 4.01 Independent Contractor 4.02 Contractor's Understanding 4.03 Laws and Ordinances 4.04 Assignment and Subletting 4.05 Performance and Payment Bonds [and Maintenance Bond] 4.06 Insurance 4.07 Permits and Fees 4.08 Texas State Sales Tax 4.09 Contractor's Duty and Superintendence 4.10 Character of Workers 4.11 Labor, Equipment, Materials, Construction Plant and Buildings 4.12 Sanitation 4.13 Cleaning and Maintenance 4.14 Performance of Work 4.15 Right of Owner to Accelerate the Work 10-2012 00700 - ii 90 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.16 Layout of Work 4.17 Shop Drawings 4.18 Engineer -Contractor Relationship; Observations 4.19 Observation and Testing 4.20 Defects and Their Remedies 4.21 Liability for Proper Performance 4.22 Protection Against Accident To Employees and the Public 4.23 Protection of Adjoining Property 4.24 Protection against Claims of Subcontractors, Laborers, Materialmen, and Furnishers of Equipment, Machinery and Supplies 4.25 Protection Against Royalties or Patented Invention 4.26 Indemnification 4.27 Losses From Natural Causes 4.28 Guarantee 5.0 PROSECUTION AND PROGRESS 5.01 Time and Order of Completion 5.02 Extension of Time 5.03 Hindrances and Delays 5.04 Suspension of Work 5.05 Liquidated Damages for Delay 5.06 Change of Contract Time 5.07 Delays Beyond Owner's and Contractor's Control 6.0 MEASUREMENT AND PAYMENT 6.01 Discrepancies and Omissions 6.02 Quantities and Measurements 10-2012 1E: 21 00700 - iii 91 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 6.03 Estimated Quantities 6.04 Price of Work 6.05 Payments 6.06 Partial Payments 6.07 Use of Completed Portions & Punchlist 6.08 Substantial Completion 6.08-1 6.09 Final Payment 6.10 Correction of Work Before Final Payment 6.11 Correction of Work After Final Payment 6.12 Payments Withheld 6.13 Delayed Payments 7.0 EXTRA WORK AND CLAIMS 27 7.01 Differing Site Conditions 7.02 Change Orders 7.03 Change Orders 7.04 Request for Work Approval for Work on Non -Work Days 7.05 Minor Changes 7.06 Extra Work 7.07 Time of Filing Claims 8.0 DEFAULT 30 8.01 Default by Contractor 8.02 Supplementation of Contractor Forces 8.03 Cumulative Remedies & Specific Performance 8.04 Cross -Default 10-2012 00700 - iv 92 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 8.05 Insolvency 8.06 Contingent Assignment 8.07 Waiver of Consequential Damages 8.08 Termination for Convenience 8.09 Default by Owner 9.0 DISPUTE RESOLUTION 35 ATTACHMENT NO. 1: WORKERS' COMPENSATION INSURANCE COVERAGE Al ATTACHMENT NO. 2: AGREEMENT FOR FINAL PAYMENT AND CONTRACTOR'S SWORN RELEASE B 1 ATTACHMENT NO. 3: OWNER'S INSURANCE REQUIREMENTS OF CONTRACTOR C 1 10-2012 00700 - v 93 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Section 00700 GENERAL CONDITIONS OF AGREEMENT 1.0 DEFINITIONS AND INTERPRETATIONS 1.01 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and the ENGINEER are those persons or organizations identified as such in the Agreement. The term ENGINEER as used in these General Conditions shall refer to the Engineer or Architect identified in the Agreement, as applicable, and means a person authorized to act as a representative of the entity designated by the OWNER to provide professional services required in connection with the preparation of plans and specifications of this Contract. The term CONSTRUCTION MANAGER as used in these General Conditions shall refer to the Construction Manager identified in the Agreement, as applicable, and means a person authorized to act as representative of the entity designated by the OWNER to provide professional services required in connection with the performance of the work of this Contract. The Owner's representative on the project site shall be the CONSTRUCTION MANAGER or ENGINEER as designated. 1.02 CONTRACT DOCUMENTS. The Contract Documents shall consist of all of the documents identified in Article 8 of the Standard Form of Agreement, which documents, excluding such documents as may be delivered or issued after the Effective Date of the Agreement, as referenced in Article 8, shall be bound together in a Project Manual for the Work. All references to the "Contract" or the "Agreement" in these General Conditions of Agreement shall include the Contract Documents. The Contract Documents are complementary, and what is required by one shall be binding as if required by all. In the event of any conflict among the Contract Documents, the Contract Documents shall govern in the following order: (1) Modifications in writing and signed by both parties, including any Change Orders; (2) Standard Form of Agreement; (3) Special Conditions of Agreement; (4) General Conditions of Agreement, including Attachment No. 1 — Workers' Compensation Insurance Coverage, Attachment No. 2 — Agreement for Final Payment and CONTRACTOR'S Sworn Release, and Attachment No. 3 — Owner's Insurance Requirements of Contractor; (5) Addenda, if any; (6) Plans and Specifications referenced or included in the Project Manual; (7) Instructions to Bidders; (8) Bid Proposal; and 08-2018 00700 - 1 of 35 94 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (9) Exhibits: The following Exhibits, if any, attached hereto, are incorporated herein, and are a part of this Contract: In the event a conflict or inconsistency remains between or within the Contract Documents, or the Contract Documents and applicable standards, codes and ordinances, CONTRACTOR shall provide the greater quantity or better quality, or CONTRACTOR shall comply with the more stringent requirements, as determined by ENGINEER. Terms or phrases used in the Contract Documents with a well-known technical or construction industry meaning shall have such recognized meanings. References to standards, specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, shall mean the latest in effect on the effective date of the Contract, unless otherwise stated in the Contract Documents. 1.03 SUBCONTRACTOR. The term "subcontractor", as employed herein, includes those entities having a contract with the CONTRACTOR or a subcontractor for performance of work on the Project. OWNER shall have no responsibility to any subcontractor for performance of work on the Project contemplated by these Contract Documents, and any such subcontractor shall look exclusively to CONTRACTOR for any payments due subcontractor. 1.04 WRITTEN NOTICE. Written Notice shall be deemed to have been duly served if delivered in person or by electronic means through the Pro -Trak to the individual or to a partner of the partnership or joint venture, or to an officer of the corporation or company for whom it is intended, or if delivered at or sent by Certified Mail, Return Receipt Requested, to the last known business address or registered office of such individual, partnership, joint venture or corporation or company, or to the address for giving notices listed in the Standard Form of Agreement. 1.05 WORK. Unless otherwise stipulated, the CONTRACTOR shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and all other facilities or services of any nature whatsoever necessary for the execution and completion of the Work described in the Standard Form of Agreement. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The CONTRACTOR shall, if required by the ENGINEER as representative of the OWNER, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well-known, technical or trade meaning shall be held to refer to such recognized standards. All work shall be done and all materials shall be furnished in strict conformity with the Contract Documents. 1.06 EXTRA WORK. The term "Extra Work", as used in this Contract, shall be understood to mean and include all work that may be required by the ENGINEER as representative of the OWNER, to be performed by the CONTRACTOR to accomplish any change, alteration or addition to the work shown in the plans. Extra work shall be authorized in writing by the ENGINEER prior to commencement. Extra Work items are paid for on an as needed, as authorized basis only. 1.07 WORK DAY: As used herein, a "Work Day" is defined as any Monday through Friday, not a legal holiday, and any Saturday or Sunday specifically approved by the OWNER, in which the CONTRACTOR can perform six or more hours of work per the current construction schedule. CONTRACTOR agrees to request specific approval from the Construction Manager or 08-2018 00700 - 2 of 35 95 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Owner, in advance, to perform work on Saturdays or Sundays and in so doing agrees to pay all charges and costs for Inspection and or Construction Management services required during the performance of any such approved work. Refer to paragraph 7.04 for procedure to determine cost for Construction Management and Inspection Services for work on non -work days. 1.07-1 RAIN DAY: As used herein, is defined as any WORK DAY during which weather related conditions prevent the CONTRACTOR from performing four (4) or more consecutive hours of work on critical path items as identified in the current construction schedule. CONTRACTOR shall record Rain Days on the Pay Application each month for the review and possible approval by the OWNER. The approved Rain Day is then added to the Contract Time. (See 1.12 Contract Time below) 1.07-2 IMPACT DAY: As used herein, is a day that is added to the CONTRACT TIME by the OWNER by Change Order to extend the Contract Time by one full Work Day. (See 1.12 Contract Time below) Impact Days, once approved by the OWNER, shall extend the Contract Time on a one-to-one basis to replace a Work Day lost to conditions that prevented the CONTRACTOR from performing four (4) or more consecutive hours of work on critical path items. Impact Days are added to the Contract Time by Change Order only at the end of the work and then only if, in the opinion of the OWNER, a time extension is warranted due to delays beyond the control of the Contractor and required to complete the work within the Contract Time. 1.08 CALENDAR DAY. A "calendar day" is any day of the week, month or year no days being excepted. Unless otherwise expressly provided, all references to "day(s)" shall mean calendar day(s). 1 .09 SUBSTANTIALLY COMPLETED: The terms "Substantially Completed", or "Substantially Complete" or "Substantial Completion" as used in this Contract, shall mean that all major process components of the facility or work have been made suitable for use or occupancy, including appropriate documentation from the equipment suppliers that all of the individual components have been installed in accordance with the specifications and manufacturer's recommendations, the installations have been approved by the ENGINEER and the items have met the start-up and testing requirements of the contract documents or is deemed to be in a condition to serve its intended purpose or requires only minor miscellaneous work and adjustment to achieve Final Completion and Acceptance as determined by the ENGINEER. Upon compliance with the above referenced criteria, ENGINEER shall issue a Certificate of Substantial Completion. PARTIAL SUBSTANTIAL COMPLETION: designation will be given on components of the Work that must be placed into service prior to the completion of the entire Work. The contractor's One Year Warranty period for these items shall begin on the date of Partial Substantial Completion as designated by the ENGINEER. The ENGINEER shall determine and make all such designations. 1.10 INTERPRETATION OF WORDS AND PHRASES. Whenever the words "directed", "permitted", "designated", "required", "ordered", "considered necessary", "prescribed" or words of like import are used, it shall be understood that the direction, requirement, permission, order, opinion designation or prescription of the ENGINEER as the OWNER's representative is intended. Similarly, the words "approved", "acceptable", "satisfactory" or words of like import shall mean that no exception is taken by ENGINEER, but does not relieve CONTRACTOR of responsibility for compliance with the Contract Documents. 08-2018 00700 - 3 of 35 96 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Whenever in the Specifications or Plans of the Contract Documents, the terms of description of various qualities relative to finish, workmanship or other qualities of similar kind which cannot, from their nature, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the ENGINEER as the OWNER's representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms or clauses defining the character of the work. 1.11 REFERENCED STANDARDS. No provision of any referenced standard specification, or manual shall be effective to change the duties and responsibilities of the Owner, Engineer, Contractor, or their consultants, employees, or representatives from those set forth in the Contract Documents, nor shall it be effective to assign to the Engineer or its consultants, employees, or representatives any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibilities contrary to provisions of the Contract Documents. 1.12 CONTRACT TIME The term Contract Time as used herein, refers to the number of Calendar days provided to complete the work or the date, stated in the Agreement: (i) to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with Paragraph 6.09 and as modified as a result of any authorized Extensions. The established Contract Time includes 40 Rain Days per year, based on the average number of rain days per year for the period of June 1898 to December 1996 as recorded by the Alvin Weather Center Record. The Contract Time shall only be extended by (a) the addition of Rain Days equal to the number of actual Rain Days in excess of 40 days per year and (b) the number of Impact Days granted for delays, in the opinion of the Owner, beyond the control of the Contractor. The extension of the Contract Time shall be the CONTRACTOR's sole and exclusive remedy for delays. 1.13 CONSTRUCTION INSPECTOR The term "Construction Inspector" here in includes those professionals engaged by the OWNER to ensure CONTRACT work's compliance with the specifications and any applicable statutory requirements. 1.14 BALANCING CHANGE ORDER is a change order executed during the close-out process that may add/remove pay items, or adjust quantities of existing items or remove unused pay items or quantities Balancing Change Orders are used to reconcile the unit cost of the work performed or installed by the Contractor. 2.0 RIGHTS AND RESPONSIBILITIES OF THE OWNER 2.01 NO WARRANTY OF DESIGN. It is understood that the OWNER MAKES NO WARRANTY OF THE ADEQUACY, ACCURACY OR SUFFICIENCY OF THE PLANS AND SPECIFICATIONS OR ANY OTHER DESIGN DOCUMENTS, AND OWNER HEREBY EXPRESSLY DISCLAIMS ANY SUCH WARRANTY, EXPRESSED OR IMPLIED. Prior to commencing each portion of the Work, CONTRACTOR shall carefully study and compare the relevant Contract Documents, shall observe conditions at the site affecting the Work, and shall take field measurements of existing conditions related to the Work. Any errors, omissions or inconsistencies in the Contract Documents noted by the CONTRACTOR, and/or any variance 08-2018 00700 - 4 of 35 97 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT between the Contract Documents and applicable codes, standards or ordinances, shall be promptly reported by CONTRACTOR to ENGINEER in writing as a Request for Information. Work performed prior to a Request for Information shall be at the Contractor's risk. If CONTRACTOR fails to perform its obligations under this paragraph, CONTRACTOR shall pay such costs and damages to OWNER as would have been avoided if CONTRACTOR had reported any errors, omissions, inconsistencies or variances in the Contract Documents noted by CONTRACTOR or which should have been noted by a careful study of the Contract Documents. CONTRACTOR shall comply with the Contract Documents, all approved modifications thereof and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the requirements of the Contract Documents and approved modifications thereof and all approved additions and alterations, thereto, as the same shall have been interpreted by the ENGINEER. 2.02 RIGHT OF ENTRY. The OWNER reserves the right to enter the property or location on which the work herein contracted for is to be performed, constructed or installed, for itself or such agent or agents as it may select, for the purpose of inspecting the work, or for the purpose of performing, constructing or installing such collateral work as the OWNER may desire. The OWNER shall have the right to make inspections at all reasonable times, and the CONTRACTOR hereby waives any claims for extension of time and/or compensation for any loss or damage if his work shall be delayed by reason of such inspection, performance, construction or installation of collateral work. 2.03 OWNERSHIP OF PLANS. All plans, specifications and copies thereof furnished by the OWNER shall not be reused on other work and, with the exception of the sets forming the part of the signed Contract Documents, are to be returned to the OWNER on request at the completion of the Work. All plans and models are the property of the OWNER. 2.04 CHANGES AND ALTERATIONS. The CONTRACTOR further agrees that the Owner may make such changes and alterations, additions and deletions as the OWNER may see fit, in the Work, including but not limited to changes in line, grade, form, dimensions, plans or specifications for the Work herein contemplated, or any part thereof, either before or after the beginning of construction, without affecting the validity of this Contract and the corresponding Performance and Payment Bonds. If such changes or alterations or deletions diminish the quantity or the value of the Work to be done, they shall not constitute the basis for a claim for compensation or damages, including lost or anticipated profits on the Work that may be affected. If the amount of Work is increased and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this Contract, otherwise, such additional work shall be paid for as provided under Article 7 hereof for Extra Work. In case the OWNER shall make such changes or alterations as shall make useless any Work already done or material already furnished or used in said Work, then the OWNER shall compensate the CONTRACTOR for any material or labor so used and for any actual loss occasioned by such change due to actual expenses incurred in preparation for the Work as originally planned. 2.05 DAMAGES. In the event the OWNER is damaged in the course of the work by the act, negligence, omission, mistake or default of the CONTRACTOR, or should the CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for 08-2018 00700 - 5 of 35 98 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 3.0 RIGHTS AND RESPONSIBILITIES OF THE ENGINEER 3.01 OWNER -ENGINEER RELATIONSHIP. The ENGINEER shall serve as the OWNER'S representative during construction. The duties, responsibilities and limitations on the authority of the ENGINEER as the OWNER's representative during construction are set forth in the Contract Documents; and the ENGINEER shall not have authority to extend the OWNER's liability or to bind the OWNER for any additional liability of any nature whatsoever without the written consent of the OWNER. Any communications by the OWNER to the CONTRACTOR regarding the Work shall be issued through the ENGINEER. It is the intent of this Agreement that there shall be no delay in the execution of the Work; therefore, written decisions or directions rendered by the ENGINEER as the OWNER's representative shall be promptly carried out, and any claim arising therefrom shall be resolved as provided in Article 7. Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the OWNER'S representative shall have the authority to issue written stop work orders whenever such stoppage may be necessary to insure the performance of the Work in accordance with the Contract Documents. 3.02 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall furnish the CONTRACTOR with four (4) copies of all Plans and Specifications without expense to the CONTRACTOR, and the CONTRACTOR shall keep one full size copy of the same constantly accessible on the job site, with the latest revisions noted thereon. The CONTRACTOR shall be responsible for preserving the Plans and Specifications, timely and accurately updated, for reference and review by the OWNER or the ENGINEER and submittal of redlines during closeout. 3.03 PRELIMINARY APPROVAL. The ENGINEER shall not have the power to waive the obligations imposed under this Contract for the furnishing by the CONTRACTOR of new material of good quality, and for good and workmanlike performance of the Work as herein described, and in full accordance with the Contract Documents, without alteration, deletion or change. No failure or omission of the OWNER'S representative to discover, object to or condemn any non -conforming or defective work or material, or to stop work, shall release the CONTRACTOR from the obligation to fully and properly perform the Contract, including without limitation, the obligation to at once remove and properly replace any defective work or material at any time prior to final acceptance, upon discovery of such non -conforming or defective work or material. Any questioned Work may be ordered taken up or removed for inspection by the ENGINEER prior to final acceptance, and if found not to be in accordance with the Contract Documents, all expense of removing, inspection and repair or replacement shall be borne by the CONTRACTOR; otherwise the expense thus incurred shall be allowed as Extra Work and shall be paid for by the OWNER, provided that where inspection or approval is specifically required by the Specifications prior to performance of certain work, should the CONTRACTOR proceed with such work without requesting prior inspection or approval, he shall bear all expense of taking up, removing and replacing this work if so directed by the ENGINEER. 08-2018 00700 - 6 of 35 99 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 3.04 INSPECTION BY ENGINEER. The ENGINEER will make periodic visits to the site to observe the progress and quality of the executed Work and to determine if such Work generally meets the essential performance and design features and the technical, functional /or engineering requirements of the Contract Documents, and is in all other respects being performed in compliance with the Contract Documents. However, the ENGINEER shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on-site inspections to check the quality and/or quantity of the work, nor shall the ENGINEER be in any way responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident to the Work being performed or any part thereof. The ENGINEER shall use reasonable care to prevent deviation from the intent and substance of the Contract Documents by the CONTRACTOR in the performance of the Work and any part thereof and, on the basis of such on-site observations, will keep the OWNER informed of the progress of the work and will endeavor to guard the OWNER against defects and deficiencies in the Work of the CONTRACTOR. Notwithstanding any other provision of this Agreement or any other Contract Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractors, agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the Work. 3.05 DETERMINATION OF QUESTIONS AND DISPUTES. In order to prevent delays and disputes and to discourage litigation, it is agreed that the ENGINEER shall, in all cases, determine the quantities and qualities of the several kinds of Work, which are to be paid for under this Contract. The ENGINEER shall address all questions in relation to said Work and the construction thereof, as well as all claims, disputes and other matters in question between the CONTRACTOR and the OWNER relating to the execution or progress of the Work or the interpretation of the Contract Documents. In the event the ENGINEER shall become aware of or shall receive information that there is a dispute or a possible dispute as to the reasonable interpretation of the terms and conditions of the Contract Documents, or any other dispute or question, the ENGINEER shall, within a reasonable time, provide a written interpretation of the Contract Documents or a written decision on all questions arising relative to the execution of the Work, copies of which shall be delivered to all parties to the Contract. If the CONTRACTOR or OWNER desires to take exception to any directions, order, interpretation or instructions of the ENGINEER, CONTRACTOR or OWNER shall present any such claim to the ENGINEER in accordance with the provisions of Section 7.07. 3.06 RECOMMENDATION OF PAYMENT. The ENGINEER shall review the CONTRACTOR's application for payment and supporting documents, shall determine the amount owed to the CONTRACTOR and shall provide written recommendation to the OWNER for payment to the CONTRACTOR in such amount. Such recommendation of payment to CONTRACTOR shall constitute a representation to the OWNER of the ENGINEER's judgment that the work has progressed to the point indicated, to the best of his knowledge, information and belief; however, such recommendation of an application for payment to CONTRACTOR shall not be deemed an acceptance of any defective or non -conforming Work. Any recommendation of payment by the ENGINEER shall be subject to OWNER's rights to withhold payment under Section 6.12 and as otherwise provided in the Contract. 08-2018 00700 - 7 of 35 100 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.0 RIGHTS AND RESPONSIBILITIES OF THE CONTRACTOR 4.01 INDEPENDENT CONTRACTOR. CONTRACTOR is, and shall remain, an independent contractor, solely responsible for the manner and method of completing the Work under this Contract, with full and exclusive power and authority to direct, supervise and control his own employees and to determine the means, method and manner of performing such Work, so long as such methods comply with the requirements of the Contract Documents, and do not adversely affect the completed improvements or any other property abutting or adjoining the Work area, the OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the Plans, Specifications and Contract Documents. The fact that the OWNER or ENGINEER as the Owner's representative shall have the right to observe CONTRACTOR's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the OWNER and the ENGINEER hereunder, is not intended to and shall not at any time change or affect the status of the CONTRACTOR as an independent contractor with respect to either the OWNER or the ENGINEER as the OWNER's representative or to the CONTRACTOR's own employees or to any other person, firm or corporation. 4.02 CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the Work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the Work, the general and local conditions, including but not limited to weather, access, lay down and storage areas, and all other matters which in any way affect the Work under this Contract. It is further understood that the CONTRACTOR has satisfied himself as to the terms, meaning, intent and requirements of all of the Contract Documents, and applicable laws, codes, regulations and ordinances. CONTRACTOR hereby warrants and represents that it has taken into consideration all of the foregoing factors, and CONTRACTOR shall perform the Work for the Contract Price and within the Contract Time. No verbal agreement or conversation with any officer, agent or employee of the OWNER or the ENGINEER, either before or after the execution.of this Contract, shall affect or modify any of the terms or obligations herein contained. 4.03 LAWS AND ORDINANCES. The CONTRACTOR shall at all times observe and comply with all federal, state or local laws, codes, ordinances, permits and regulations, regardless of whether the same are adopted before or after the execution of this Contract, which in any manner affect the Contract or the work, and shall indemnify, save and hold harmless the OWNER and the ENGINEER against any claim arising out of the violation of any such laws, ordinances and regulations, whether by the CONTRACTOR or his agents, employees, subcontractors or vendors. If the CONTRACTOR observes that the Plans and Specifications are at variance with federal or state laws or codes or the ordinances or regulations of the City, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be made as provided in the Contract for changes in the work. If the CONTRACTOR performs any work knowing it to be contrary to such laws, codes, ordinances, rules or regulations, or if CONTRACTOR reasonably should have known of any such violation, and without such notice to the ENGINEER, CONTRACTOR shall bear all costs arising therefrom. The OWNER is a Political Subdivision of the State of Texas, and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the OWNER may enter into contracts, shall be controlling and shall be considered as part of this Contract to the same effect as though embodied herein. Neither the act of OWNER 08-2018 00700 - 8 of 35 101 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT entering into this Contract, nor OWNER's performance hereunder, shall constitute a waiver of any immunity from suit enjoyed by OWNER under applicable law, all such rights and defenses being hereby expressly reserved, notwithstanding any term or provision herein to the contrary. The Code of Ordinances and other applicable regulations of the OWNER shall be deemed to be embodied in this Contract. The prevailing wage rates applicable to this Project shall be either Document 00811 — Wage Scale for Engineering Construction, or Document 00813 — Wage Scale for Building Construction, or both, as set out in the Project Manual. 4.04 ASSIGNMENT AND SUBLETTING. The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this Contract and that he will not assign, by power of attorney or otherwise, or sublet said Contract, or any rights, duties or obligations arising thereunder, in whole or in part, without the prior written consent of the OWNER, and that no part or feature of the Work will be sublet to anyone objectionable to the ENGINEER or the OWNER. In addition, the OWNER reserves the right to disapprove the subletting of this Contract or any portion hereof on any basis whatsoever. The CONTRACTOR further agrees that the subletting of any portion or feature of the Work or materials required in the performance of this Contract shall not relieve the CONTRACTOR from his obligations to the OWNER, as provided for by this Agreement. 4.05 PERFORMANCE, PAYMENT AND MAINTENANCE BONDS. In the event the Contract Price shall be in excess of $25,000.00, the CONTRACTOR shall execute separate Performance, Payment and Maintenance Bonds, each in the sum of one hundred percent (100%) of the Contract Price, and each in accordance with the provisions of Chapter 2253 of the Texas Government Code. If the Contract Price does not exceed $25,000.00, the statutory bonds will not be required. All required Bonds shall be payable to OWNER and on forms approved by the OWNER, and shall be executed by a corporate surety in accordance with Article 7.19-1 of the Texas Insurance Code. It is agreed that the Contract shall not be in effect until such original Performance, Payment and Maintenance Bonds are delivered to and approved by the OWNER. The cost of the premium for the Performance, Payment and Maintenance Bonds, should Maintenance Bonds be required, shall be included in the CONTRACTOR's Bid Proposal. All bonds shall be issued by Texas Department of Insurance approved surety companies. 4.06 INSURANCE. The CONTRACTOR, at his own expense, shall procure, maintain and keep in force throughout the duration of the Work, and throughout the Guarantee Period, insurance as specified in Attachment No. 1 hereto with regard to Workers' Compensation Insurance, and as specified in Attachment No. 3 hereto with regard to all other Insurance. Such insurance shall be carried with an insurance company licensed to transact business in the State of Texas and shall cover all operations in connection with this Contract, whether performed by the CONTRACTOR or a subcontractor, or others for whom CONTRACTOR is responsible. 4.07 PERMITS AND FEES. Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for all permits, licenses, and inspections necessary for proper execution and completion of the Work, and which are legally required at the time bids are received. Permits required by the City of Pearland will be issued as a NO FEE permit. 4.08 TEXAS STATE SALES TAX. Materials incorporated into this project are exempt from State Sales according to provisions of the Texas Tax Code, Chapter 151, Subsection H. 08-2018 00700 - 9 of 35 102 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT The Contractor must obtain a limited sales, excise and use tax permit or exemption certificate which shall enable him to buy the materials to be incorporated into the Work without paying tax at due time of purchase. 4.09 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this Contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to the ENGINEER as the OWNER'S representative. The superintendent shall represent the CONTRACTOR in his absence and shall act as the agent of the CONTRACTOR, and all directions given to him shall be binding as if given to the CONTRACTOR. Adequate supervision by competent and reasonable representatives of the CONTRACTOR is essential to the proper performance of the Work, and lack of such supervision shall be an act of default, and grounds for suspending operations of the CONTRACTOR. The Superintendent cannot be removed from the project without the consent of the Owner; the Superintendent must speak and understand the English language; the Superintendent must be on site when any work on the project is being done, even when a subcontractor is performing the work. The. Work, from its commencement to completion, shall be under the exclusive charge and control of the CONTRACTOR, and all risk in connection therewith shall be borne by the CONTRACTOR. Neither the OWNER nor the ENGINEER as the OWNER's representative will be responsible for the acts or omissions of the CONTRACTOR, its subcontractors or any of its agents or employees, or any other persons performing any of the Work. 4.10 CHARACTER OF WORKERS. The CONTRACTOR agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this Contract, to do the Work, and agrees that whenever the ENGINEER shall inform him in writing that any worker or workers on the Work are, in his opinion, incompetent, unfaithful or disorderly, or in the ENGINEER's opinion, are not using their best efforts for the progress of the Work, such worker or workers shall be discharged from the Work and shall not again be employed on the Work without the ENGINEER's written consent. OWNER reserves the right to bar any person, subcontractor, or supplier found to be incompetent, unfaithful, disorderly, or not using their best efforts to progress work or considered to be a threat to the health, safety and welfare to the project or workforce. 4.11 LABOR, EQUIPMENT, MATERIALS, CONSTRUCTION PLANT, AND BUILDINGS. The CONTRACTOR shall provide all labor, services, tools, equipment, machinery, supplies, facilities, utilities and materials necessary in the prosecution and completion of this Contract where it is not otherwise specifically provided that the OWNER shall furnish same; and further, the CONTRACTOR shall be responsible for the care, preservation, conservation and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction and any and all parts of the Work, whether the CONTRACTOR has been paid, partially paid or not paid for such Work, until the entire Work is completed and accepted. The building or placement of structures for housing workers or offices, or the erection of tents or other forms of protection, will be permitted only with the ENGINEER's written permission, and at such places as the ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the ENGINEER. Any structures of any nature constructed, placed or erected by the CONTRACTOR for the purposes 08-2018 00700 - 10 of 35 103 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT herein set out, shall be the sole responsibility of the CONTRACTOR as to the proper erection, placement or construction thereof; and the CONTRACTOR agrees to indemnify and hold the ENGINEER or OWNER harmless from any claims of any nature whatsoever brought against either of them for damages allegedly sustained by anyone by reason of the erection, placement, construction or maintenance of CONTRACTOR's buildings or structures. 4.12 SANITATION. Necessary sanitary conveniences for the use of laborers and others on the Work site, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by the ENGINEER, and their use shall be strictly enforced. Any structures of any nature constructed or erected by the CONTRACTOR for the purposes herein set out, shall be the sole responsibility of the CONTRACTOR as to the proper erection or construction thereof, and the CONTRACTOR agrees to indemnify and hold the ENGINEER and OWNER harmless from any claims of any nature whatsoever brought against either of them for damages allegedly sustained by anyone by reason of the erection, construction or maintenance of CONTRACTOR's buildings. 4.13 CLEANING AND MAINTENANCE. The CONTRACTOR shall at all times keep and maintain the premises free from accumulation of debris, trash and waste. The CONTRACTOR shall remove waste, debris and trash at the end of each work day. CONTRACTOR shall remove all such debris, trash and waste, tools, scaffolding and surplus materials, and shall leave the Work broom -clean or its equivalent, upon completion of the Work. The Work shall be left in good order and condition. In case of dispute, the OWNER may remove the debris, trash, waste and surplus materials, and charge the cost to the CONTRACTOR. 4.14 PERFORMANCE OF WORK. It is further agreed that it is the intent of this Contract that all Work must be done and all material must be furnished in accordance with the generally accepted practice for such materials furnished or work completed, unless otherwise provided in the Contract Documents. 4.15 RIGHT OF OWNER TO ACCELERATE THE WORK. If at any time the methods or equipment used by the CONTRACTOR, or the work force supplied are found to be inadequate to achieve the progress required to Substantially Complete the Work within the Contract Time, the OWNER or the ENGINEER as the OWNER's representative, may order the CONTRACTOR in writing to supplement its forces and/or equipment, or work shifts or overtime, or otherwise improve its efficiency and rate of progress to achieve Substantial Completion of the Work within the Contract Time, and the CONTRACTOR shall comply with such order, at its own cost and expense. 4.16 LAYOUT OF WORK. Except as specifically provided herein, the CONTRACTOR shall be responsible for laying out work by means of construction surveying and shall accomplish this work in a manner acceptable to the ENGINEER and in conformance with the Contract Documents. 4.17 SHOP DRAWINGS. The CONTRACTOR shall submit to the ENGINEER, with such promptness as to cause no delay in his own Work or in that of any other contractor, six (6) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades. Contractor will check and approve shop drawings for compliance with requirements of Contract Documents and will so certify by stamp on each drawing prior to submittal to ENGINEER. Any drawings submitted without Contractor's stamp of gpproval 08-2018 00700 - 11 of 35 104 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT will not be considered and will be returned to him for proper submission. The ENGINEER shall pass upon them with reasonable promptness, indicating desired corrections. The CONTRACTOR shall make any corrections required by the ENGINEER, file with him two (2) corrected copies and furnish such other copies as may be needed. The ENGINEER's approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from the Contract Documents, unless he has, in writing, called the ENGINEER's attention to such deviations at the time of the submission, and the ENGINEER has acknowledged and accepted such deviations in writing, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the CONTRACTOR's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required Contract Work in accordance with the Contract Documents, and within the Contract Time. Such review by the ENGINEER shall be for the sole purpose of determining the apparent sufficiency of said drawings or schedules to result in finished improvements in conformity with the Contract Documents, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR's performance hereunder, and any action taken by the ENGINEER shall not relieve the CONTRACTOR of his responsibility and liability to comply with the Contract Documents. OWNER, CONSTRUCTION MANAGER, ENGINEER, and CONTRACTOR shall make all submittals, review comments, notes, corrections, schedules and updates, testing results, payment applications, instructions and other communications by means of the OWNER'S Pro -Trak. The OWNER, ENGINEER and CONTRACTOR shall each retain such hard copies form this system as are required for their specific record keeping requirements. No documents shall be removed from this system or destroyed except those being replaced by the systems protocols as a latest version document. All requirements for written communications, submittals, comments, instructions or other documents processed by means of this system shall have the same legal or time sensitive status as if they had been hand delivered in hard copy to their intended addressee. 4.18 ENGINEER -CONTRACTOR RELATIONSHIP; OBSERVATIONS. It is agreed by the CONTRACTOR that the ENGINEER, as the OWNER's representative, shall be and is hereby authorized to appoint such subordinate engineers, representatives or observers as the said ENGINEER may from time to time deem proper to observe the materials furnished and the Work done under this Agreement. The CONTRACTOR shall furnish all reasonable aid and assistance required by the subordinate engineers, representatives or observers for the proper observation and examination of the work. The CONTRACTOR shall regard and obey the directions and instructions of any subordinate engineers, representatives or observers so appointed, when such directions and instructions are consistent with the obligations of this Agreement and the Contract Documents, provided, however, should the CONTRACTOR object to any orders by any subordinate engineer, representative or observer, the CONTRACTOR may, within three (3) days, make written appeal to the ENGINEER for his decision. 08-2018 00700 - 12 of 35 105 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.19 OBSERVATION AND TESTING. The OWNER or the ENGINEER as the OWNER's representative shall have the right at all reasonable times to observe, inspect and test the Work. The CONTRACTOR shall make all necessary arrangements and provide proper facilities and access for such observation, inspection and testing at any location wherever Work is in preparation or progress. The CONTRACTOR shall ascertain the scope of any observation, inspection or testing which may be contemplated by the OWNER or the ENGINEER and shall give ample notice as to the time each part of the Work will be ready for such observation, inspection or testing. The OWNER or the ENGINEER may reject any Work found to be defective or not in accordance with the Contract Documents, regardless of the stage of its completion or the time or place of discovery of such deficiencies, and regardless of whether the ENGINEER has previously accepted the Work through oversight or otherwise. If any Work is covered without approval or consent of the OWNER, it must, if requested by the OWNER or the ENGINEER, be uncovered for examination, at the sole expense of the CONTRACTOR. In the event that any part of the Work is being fabricated or manufactured at a location where it is not convenient for the OWNER or the ENGINEER to make observations of such Work or require testing of said Work, then in such event, the OWNER or the ENGINEER may require the CONTRACTOR to furnish the OWNER or the ENGINEER with certificates of inspection, testing or approval made by independent persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the Contract Documents. If any Work, which is required to be inspected, tested or approved, is covered up without written approval or consent of the OWNER or the ENGINEER, it must, if requested by the OWNER or the ENGINEER, be uncovered for observation and testing, at the sole expense of the CONTRACTOR. The cost of all such inspections, tests and approvals shall be borne by the CONTRACTOR unless otherwise provided herein. Any Work which fails to meet the requirements of such tests, inspections or approval, and any Work which meets the requirements of any such tests or approval but does not meet the requirements of the Contract Documents shall be considered defective. Such defective Work and any other work affected thereby shall be corrected at the CONTRACTOR'S expense. Neither observations by the OWNER or by the ENGINEER, nor inspections, certifications, tests or approvals made by the OWNER, the ENGINEER or other persons authorized under this Agreement to make such inspections, tests or approvals, shall relieve the CONTRACTOR from his obligation to perform the Work in accordance with the requirements of the Contract Documents. 4.20 DEFECTS AND THEIR REMEDIES. It is further agreed that if the Work or any part thereof or any material brought on the site of the Work for use in the Work or selected for the same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the Contract Documents, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER, forthwith remove such material and rebuild or otherwise remedy such Work so that it shall be in full accordance with this Contract, It is further agreed that any such remedial action contemplated herein shall be at CONTRACTOR's expense. 4.21 LIABILITY FOR PROPER PERFORMANCE. Engineering construction drawings and specifications, as well as any additional instructions and information concerning the Work to be performed, passing from or through the ENGINEER, shall not be interpreted as requiring or allowing the CONTRACTOR to deviate from the Contract Documents, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the 08-2018 00700 - 13 of 35 106 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT parties as to Work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable and contractually bound, at his own expense, for design, construction, installation and use or non-use of all items and methods incident to the performance of the Contract, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, similar items or devices used by him during construction, and work performed either directly or incident to construction, and for all loss, damage or injury incident thereto, either to person or property, whether such damage be suffered by the ENGINEER, the OWNER or any other person not a party to this Contract. Any review of Work in progress or any visit or observation during construction, or any clarification of Contract Documents by the ENGINEER or OWNER, or any agent, employee or representative of either of them, whether through personal observation on the Project site or by means of approval of shop drawings for construction or construction processes, or by other means or methods, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of Work completed or being performed, as measured against the Contract Documents, or for the purpose of enabling the CONTRACTOR to more fully understand the Contract Documents so that the completed construction Work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for proper performance of his Work on the Project, including, without limitation, the propriety of means and methods of the CONTRACTOR in performing said Contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Any action by the ENGINEER or the OWNER in visiting or observing during construction, or any clarification of Contract Documents shall not constitute a waiver of CONTRACTOR'S liability for damages as herein set out. Deviation by the CONTRACTOR from Contract Documents, whether called to the CONTRACTOR's attention or not, shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said Contract Documents, and further shall not relieve CONTRACTOR of his liability for loss, damage or injury as herein set out. 4.22 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC. The CONTRACTOR shall be solely responsible for the safety of himself, his employees and persons entering the project site, as well as for the protection of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. The CONTRACTOR shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the Work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded, as a minimum, in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The CONTRACTOR shall provide all necessary machinery guards, safe walkways, ladders, bridges, gangplanks, barricades, fences, traffic control, warning signs and other safety devices. No alcoholic beverages, non-prescription drugs, or unsafe practices shall be allowed on the Work site. CONTRACTOR shall dismiss anyone participating in any of the above from the Work site for the duration of the Project. Only prescription drug uses with a doctor's authorization to perform construction activities shall be allowed on the Work site. Violation of this provision is a default under the Contract. The use, possession, sale, transfer, purchase or being under the influence of alcohol, drugs or any other illegal or unlawful substance by CONTRACTOR or CONTRACTOR's 08-2018 00700 - 14 of 35 107 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT employees, or CONTRACTOR's subcontractors and employees at any time at the Work site or while on company business is prohibited. CONTRACTOR shall institute and enforce appropriate drug testing guidelines and program. All accidents or injuries to CONTRACTOR's employees working on the job site must be reported verbally and in writing to the ENGINEER immediately, and within no more than eight (8) hours. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, in his sole discretion as an independent contractor. Inclusion of this paragraph in the Agreement, as well as any notice which may be given by the OWNER or the ENGINEER as the OWNER's representative concerning omissions under thus paragraph as the Work progresses, are intended as reminders to the CONTRACTOR of his duty and shall not be construed as any assumption of duty by ENGINEER, or OWNER's representative to supervise safety precautions by either the CONTRACTOR or any of his subcontractors. 4.23 PROTECTION OF ADJOINING PROPERTY. The CONTRACTOR shall employ proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent or adjoining property. THE CONTRACTOR AGREES TO INDEMNIFY, DEFEND, SAVE AND HOLD HARMLESS THE CONSTRUCTION MANAGER, OWNER AND ENGINEER AGAINST ANY CLAIM OR CLAIMS FOR DAMAGES, LOSS, COSTS OR EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES, DUE TO ANY INJURY TO ANY ADJACENT OR ADJOINING PROPERTY, ARISING OR GROWING OUT OF THE PERFORMANCE OF THE CONTRACT, REGARDLESS OF WHETHER OR NOT SUCH DAMAGE, LOSS, COST OR EXPENSE IS CAUSED IN PART BY THE NEGLIGENCE, GROSS NEGLIGENCE OR STRICT LIABILITY OF OWNER AND/OR ENGINEER. 4.24 PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES. THE CONTRACTOR AGREES THAT HE WILL PROMPTLY PAY WHEN DUE, AND WILL INDEMNIFY, SAVE AND HOLD THE OWNER AND THE ENGINEER HARMLESS FROM ALL CLAIMS GROWING OUT OF THE DEMANDS OF SUBCONTRACTORS, LABORERS, WORKERS, MECHANICS, MATERIALMEN AND FURNISHERS OF MACHINERY AND PARTS THEREOF, EQUIPMENT, POWER TOOLS AND ALL SUPPLIES, INCLUDING COMMISSARY, INCURRED IN THE FURTHERANCE OF THE PERFORMANCE OF THIS CONTRACT. When so desired by the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, at the option of the OWNER, either pay directly any unpaid bills of which the OWNER has written notice, or withhold from the CONTRACTOR's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms of this Contract. Any and all communications between any parties under this paragraph shall be in writing. Nothing contained in this paragraph or this Agreement shall create, establish or impose any relationship, contractual or otherwise, between OWNER and any subcontractor, laborer or supplier of 08-2018 00700 - 15 of 35 108 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT CONTRACTOR, nor shall it create, establish or impose any duty upon OWNER to pay or to see to the payment of any subcontractor, laborer or supplier of CONTRACTOR. 4.25 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION. The CONTRACTOR shall pay all royalties and license fees and shall provide for the use of any design, device, material or process covered by letters patent or copyright, by suitable legal agreement with the patentee or owner thereof THE CONTRACTOR SHALL DEFEND ALL SUITS OR CLAIMS FOR INFRINGEMENT OF ANY PATENT OR COPYRIGHT AND SHALL INDEMNIFY, SAVE AND HOLD THE OWNER AND THE ENGINEER HARMLESS FROM ANY LOSS OR LIABILITY ON ACCOUNT THEREOF, EXCEPT SUCH SUITS AND CLAIMS ARISING OUT OF A PARTICULAR DESIGN, DEVICE, MATERIAL OR PROCESS OR THE PRODUCT OF A PARTICULAR MANUFACTURER OR MANUFACTURERS SPECIFIED OR REQUIRED BY THE OWNER; PROVIDED, HOWEVER, IF CHOICE OF ALTERNATE DESIGN, DEVICE, MATERIAL OR PROCESS IS ALLOWED TO THE CONTRACTOR, OR IF CONTRACTOR KNEW OR SHOULD HAVE KNOWN OF THE PATENT OR COPYRIGHT AND FAILED TO PROMPTLY NOTIFY OWNER IN WRITING, THEN THE CONTRACTOR SHALL INDEMNIFY, DEFEND, SAVE AND HOLD THE OWNER HARMLESS FROM ANY LOSS OR LIABILITY ON ACCOUNT THEREOF. 4.26 INDEMNIFICATION. THE CONTRACTOR AGREES TO DEFEND, INDEMNIFY AND HOLD THE ENGINEER AND THE OWNER HARMLESS FROM ANY CLAIMS OR DEMANDS OF ANY NATURE WHATSOEVER MADE BY ANY EMPLOYEE, EMPLOYEES, AGENTS OR SUBCONTRACTORS OF CONTRACTOR, OR BY ANY UNION, TRADE ASSOCIATION, WORKER'S ASSOCIATION OR OTHER GROUPS, ASSOCIATIONS OR INDIVIDUALS, ALLEGEDLY REPRESENTING EMPLOYEES OF THE CONTRACTOR, IN ANY DISPUTE BETWEEN THE CONTRACTOR AND HIS EMPLOYEES, DIRECTLY OR INDIRECTLY INVOLVING, GROWING OUT OF OR ARISING FROM CLAIMS BY SUCH EMPLOYEES FOR WAGES, SALARY, COMPENSATION, BENEFITS, WORKING CONDITIONS OR ANY OTHER SIMILAR COMPLAINT OR CLAIM WHICH MAY BE MADE. THE CONTRACTOR, HIS SURETIES AND INSURANCE CARRIERS SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE OWNER AND THE ENGINEER AND THEIR RESPECTIVE OFFICERS, REPRESENTATIVES, AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, LIABILITIES, JUDGMENTS AND COSTS OF ANY CHARACTER WHATSOEVER, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES, AND SHALL BE REQUIRED TO PAY ANY JUDGMENT THEREFOR, WITH COSTS, WHICH MAY BE OBTAINED AGAINST THE OWNER AND/OR THE ENGINEER OR ANY OF THEIR OFFICERS, REPRESENTATIVES, AGENTS OR EMPLOYEES, ARISING OUT OF OR RESULTING FROM OR ALLEGEDLY ARISING OUT OF OR RESULTING FROM THE PERFORMANCE OF THE WORK, PROVIDED THAT ANY SUCH DAMAGES, CLAIM, LOSS, DEMAND, SUIT, LIABILITY, JUDGMENT, COST OR EXPENSE: 08-2018 (A) ARISES OUT OF OR RESULTS FROM IN WHOLE OR IN PART, OR ALLEGEDLY ARISES OUT OF OR RESULTS FROM IN WHOLE OR IN PART, ANY BREACH OF THIS AGREEMENT OR BREACH OF WARRANTY BY CONTRACTOR; OR 00700 - 16 of 35 109 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (B) IS ATTRIBUTABLE TO BODILY INJURY, SICKNESS, DISEASE OR DEATH OR INJURY TO OR DESTRUCTION OF TANGIBLE PROPERTY, INCLUDING THE LOSS OF USE RESULTING THEREFROM; AND IS CAUSED IN WHOLE OR IN PART OR IS ALLEGEDLY CAUSED IN WHOLE OR IN PART BY ANY NEGLIGENT ACT OR OMISSION OF THE CONTRACTOR, ANY SUBCONTRACTOR, THEIR AGENTS OR EMPLOYEES OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY ONE OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, REGARDLESS OF WHETHER OR NOT IT IS CAUSED IN PART OR ALLEGEDLY CAUSED IN PART BY THE NEGLIGENCE, GROSS NEGLIGENCE OR STRICT LIABILITY OF OWNER, ENGINEER AND/OR A PARTY INDEMNIFIED HEREUNDER. Notwithstanding the foregoing or anything in the Agreement to the contrary, in accordance with the provisions of Section 130.002 of the Texas Civil Practice and Remedies Code, CONTRACTOR shall not be obligated to indemnify or hold harmless the ENGINEER, his agents, servants or employees, from liability for damage that is caused by or results from defects in plans, designs or specifications prepared, approved or used by the ENGINEER, or negligence of the ENGINEER in the rendition or conduct of professional duties called for or arising out of any construction contract and the plans, designs or specifications that are a part of the construction contract, and arises from personal injury or death, property injury, or any other expense that arises from personal injury, death, or property injury. This indemnity agreement is a continuing obligation, and shall survive notwithstanding completion of the Work, Final Payment, expiration of the warranty period, termination of the Contract, and abandonment or takeover of the Work. CONTRACTOR's indemnification obligations hereunder shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or a subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts, and shall not be limited by any limitation on amounts or coverage of insurance provided or to be provided under this Contract. 4.27 LOSSES FROM NATURAL CAUSES. All loss, cost, expense or damage to the CONTRACTOR arising out of the nature of the Work to be done or from any unforeseen circumstances in the prosecution of the same, or from the action of the elements, or from unusual obstructions or difficulties which may be encountered in the prosecution of the Work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 4.28 GUARANTEE. The CONTRACTOR hereby guarantees all the Work under the Contract to be free from defects or deficiencies in material in every particular and free from defects or deficiencies in workmanship; and against unusual damage from proper and usual use; and agrees to replace or to re -execute without cost to the OWNER such Work as may be found to be defective, deficient or otherwise not in conformance with the Contract Documents, and to make good all damages caused to other work or material, due to such defective Work or due to its required replacement or re-execution. This guarantee shall cover a period of one year from the date of Substantial Completion or Partial Substantial Completion of Work under the Contract, as evidenced 08-2018 00700 - 17 of 35 110 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT by the Certificate of Substantial Completion. Neither the Certificate of Substantial Completion, Final Payment, nor any provision in the Contract Documents shall relieve the CONTRACTOR of the responsibility for defective, deficient or non -conforming material or workmanship during the period covered by the guarantee. The one-year period of guarantee will not limit the OWNER'S other rights under common law with respect to any defects, deficiencies or non -conforming Work discovered after one year. If this one-year guarantee conflicts with other warranties or guarantees, the longer period of warranty or guarantee will govern. 5.0 PROSECUTION AND PROGRESS 5.01 TIME AND ORDER OF COMPLETION. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his Work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the Work shall be Substantially Completed as a whole and in part, in accordance with this Contract and the Contract Time; provided, also, that when the OWNER is having other work done, either by contract or by his own forces, the ENGINEER may direct the time and manner of constructing the Work done under this Contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized, and the CONTRACTOR shall fully cooperate and coordinate its Work with OWNER or such other contractors. The CONTRACTOR shall submit, an updated schedule with every pay estimate for review by the ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the Work, with dates on which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. Such schedules shall show completion of the Work within the Contract Time, and/or shall show such recovery efforts as CONTRACTOR intends to undertake in the event Substantial Completion of the Work is delayed. 5.02 EXTENSION OF TIME. The CONTRACTOR agrees that he has submitted his Bid Proposal in full recognition of the time required for the completion of this Project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions as hereinafter set forth, and that he shall not be entitled to, nor will he request, an extension of time on this Contract, except when Substantial Completion of the Work has been delayed solely by strikes, lockouts, fires, Acts of God, or by any other cause which the ENGINEER shall decide justifies the delay. The CONTRACTOR shall give the ENGINEER prompt notice, in writing and within three (3) days of the start of any such delay, of the cause of any such delay, and its estimated effect on the Work and the schedule for completion of the Work. Upon receipt of a written request for an extension of the Contract Time from the CONTRACTOR, supported by relevant and all requested documentation, the ENGINEER shall submit such written request, together with his written recommendation, to the OWNER for consideration. If the delay is not attributable in whole or in part to any act or omission of CONTRACTOR, its subcontractors or suppliers, and if the OWNER determines that CONTRACTOR is entitled to an extension of time under the terms of the Contract, the OWNER shall grant an extension of time for Substantial Completion of the Work, sufficient to compensate for the delay, and such extension of time shall be CONTRACTOR's sole and exclusive remedy, except as may be otherwise provided herein. No extensions of Contract Time shall be made for delays occurring prior to the Contractor's mobilization as defined in Section 01505 MOBILIZATION. 08-2018 00700 - 18 of 35 III CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT The Contract Time as defined in the Bid Proposal and other sections herein incorporates 40 Rain Days per calendar year or an average of 3.33 days per calendar month. The CONTRACTOR is required to keep record of all weather related delays and to submit the monthly count on each Pay Application. The Owner's Representative shall review and sign off on this record as a part of the Pay Application approval process every month. If, during preparation of the Balancing Change Order, the status of the work progress requires an extension of the Contract Time, Impact Days shall be added to the Completion Date equal to the total number of Weather or Impact Days approved less the original 40 days resident in the original Contract Time. The Addition of Weather or Impact Days will only alter the Contract Time when added by Change Order. If the Work is completed prior to the Completion Date, No Days will be added. The addition of Weather or Impact Days shall be the CONTRACTOR's sole remedy for delays to the completion of the Work and their addition to the Contract Time shall not affect the Contract Price through any "per diem" adjustment to the General Conditions costs, Temporary Facilities costs or any other costs associated with the extension of the Contract Time. 5.03 HINDRANCES AND DELAYS. In executing the Contract, the CONTRACTOR agrees that in undertaking to complete the Work within the time herein fixed, he has taken into consideration and made allowances for all interference, disruption, hindrances and delays incident to such Work, whether growing out of delays in securing material, workmen or otherwise. No claim shall be made by the CONTRACTOR for damages, loss, costs or expense resulting from interference, disruption, hindrances or delays from any cause during the progress of any portion of the Work embraced in this Contract, except where the Work is stopped or suspended by order of the OWNER's representative and such stoppage or suspension is not attributable to any act or omission of CONTRACTOR. 5.04 SUSPENSION OF WORK. OWNER may, without cause, order the CONTRACTOR in writing to suspend the Work, in whole or in part, for such period of time as OWNER may request. The Contract Price and/or Contract Time shall be adjusted for any increase in the cost of or the time required for performance of the Work caused by such suspension. No adjustment shall be made to the extent performance was or would have been suspended by a cause for which CONTRACTOR is responsible, or to the extent an adjustment is made or denied under another provision of the Contract Documents. 5.05 LIQUIDATED DAMAGES FOR DELAY: It is understood and agreed that time is of the essence, and that the CONTRACTOR will commence the Work on the date specified herein or in any Notice to Proceed, and will Substantially Complete the Work within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the time for the Substantial Completion of the Work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The CONTRACTOR further agrees that a failure to complete on time will cause damage to the OWNER and that such damages cannot be accurately measured or that ascertainment will be difficult. Therefore, the parties agree that for each and every calendar day the Work or any portion thereof shall remain uncompleted after the expiration of the Contract Time, the CONTRACTOR shall pay, as liquidated damages and as a reasonable estimate of OWNER's damages, and not as a penalty, the amount set out in the Standard Form of Agreement. However, the foregoing agreement as to liquidated damages constitutes only an agreement by the OWNER and the CONTRACTOR as to the amount of damages which the OWNER will sustain by 08-2018 00700 - 19 of 35 112 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT reason of the CONTRACTOR'S failure to complete the work within the Contract Time. Should the OWNER suffer damage by reason of any other breach by CONTRACTOR, the OWNER may recover such actual damages in addition to any liquidated damages due. The OWNER shall have the right to deduct and withhold the amount of any and all such damages whether it be the minimum amount stipulated above or otherwise, from any monies owing by it to said CONTRACTOR, or the OWNER may recover such amount from the CONTRACTOR and the sureties of his bond; all of such remedies shall be cumulative and the OWNER shall not be required to elect any one nor be deemed to have made an election by proceeding to enforce any one remedy. 5.06 CHANGE OF CONTRACT TIME: The Contract Time may only be changed by a Change Order. Any claim for an adjustment of Contract Time shall be based on written notice delivered by the parry making such claim to the other party and to the ENGINEER promptly, but in no event later than ten (10) days after the event -giving rise to the claim. Notice of the extent of the claim, along with supporting data, shall be delivered within thirty (30) days of the occurrence and shall be accompanied by the claimant's written representation that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in Contract Time shall be determined by the ENGINEER in accordance with the requirements of this paragraph. Contractor shall submit, as a minimum, the following data: A. Information showing that the time requested is not included in the existing Contract and in addition to the Contract. B. Information documenting that the number of days requested is accurate for the event. C. Revised, current construction schedule showing that the time requested affects the project's critical path. 5.07 DELAYS BEYOND OWNER'S AND CONTRACTOR'S CONTROL: Where CONTRACTOR is prevented from completing any part of the Work within the Contract Time due to delays beyond the control of the OWNER and the CONTRACTOR, including, but not limited to, interference by utility owners or other contractors performing other work, Contractor shall be entitled to an extension of the Contract Time in an amount equal to the time lost. CONTRACTOR shall not be entitled to any increase in Contract Price as a result of such delays. IN NO EVENT SHALL OWNER BE LIABLE TO CONTRACTOR FOR DAMAGES ARISING OUT OF OR RESULTING FROM (i) Delays caused by, or within the control of, the CONTRACTOR, or (ii) Delays beyond the control of both parties including, but not limited to, interference by utility owners or other contractors performing other work, fires, floods, epidemics, abnormal weather conditions, acts of God, even if such delays are due in part to the negligence, other fault, breach of contract or warranty, violation of the Texas Deceptive Trade Act, or strict liability without regard to fault of OWNER. An extension of Contract time shall be CONTRACTOR's sole and exclusive remedy for any such delays. Delays attributed to, and within the control of, a Subcontractor or Supplier shall be deemed to be delays within the control of the CONTRACTOR. 6.0 MEASUREMENT AND PAYMENT 6.01 DISCREPANCIES AND OMISSIONS. If the CONTRACTOR knows or reasonably should have known of any discrepancies or omissions in the Contract Documents, he shall notify the ENGINEER and obtain a clarification by Addendum before the bids are received, 08-2018 00700 - 20 of 35 113 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT and if no such request is received by the ENGINEER prior to the opening of bids, then it shall be considered that the CONTRACTOR fully understands the Work to be performed and has provided sufficient sums in his Bid Proposal to complete the Work in accordance with the Contract Documents. It is further understood that any request for clarification must be submitted no later than five (5) days prior to the opening of bids. 6.02 QUANTITIES AND MEASUREMENTS. No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, volume, number and weight only shall be considered, unless otherwise specifically provided. 6.03 ESTIMATED QUANTITIES. This Agreement, including the Contract Documents, and including any estimates contained therein, is intended to convey all Work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of Work to be done and material to be furnished under this Contract, they are approximate and are to be used only as a basis for estimating the probable cost of the Work and for comparing the Bid Proposals offered for the Work. It is understood and agreed that the actual amount of Work to be done and the materials to be furnished under this Contract may differ from the estimates and that the items listed or estimated quantities stated, and/or any difference between estimated and actual Work, shall not give rise to a claim by the CONTRACTOR against the OWNER for loss, cost, expense, damages, unit price adjustment, quantity differences, unrecovered overhead or lost or anticipated profits, or other compensation. 6.04 PRICE OF WORK. It is agreed that it is the intent of this Contract that all Work described in the Bid Proposal, and Contract Documents, is to be done for the prices bid by the CONTRACTOR and that such prices shall include all appurtenances necessary to complete the Work in accordance with the intent of these Contract Documents as interpreted by the ENGINEER, and all costs, expenses, bond and insurance premiums, taxes, overhead, and profit. In consideration of the furnishing of all the necessary labor, equipment and material and the completion of all Work by the CONTRACTOR, and upon the completion of all Work and the delivery of all materials embraced in this Contract in full conformity with the Contract Documents, the OWNER agrees to pay to the CONTRACTOR the prices set forth in the Standard Form of Agreement, OWNER and CONTRACTOR agree that the Contract is a unit cost agreement, unless stated otherwise, and that the final Contract amount is equal to the unit cost multiplied by the number of units authorized, installed and approved by the Owner. The OWNER does not assume any obligation to pay for any services or material not actually authorized and used. The CONTRACTOR hereby agrees to receive such prices as payment in full for furnishing all materials and all labor required for the aforesaid Work, and for all expenses incurred by him, and for full performance of the Work and the whole thereof in the manner and according to this Agreement, Contract Documents, and the requirements of the ENGINEER. 6.05 PAYMENTS. No payments made or approvals or certificates given shall be considered as conclusive evidence of the performance of the Contract, either in whole or in part, nor shall any certificate, approval or payment be considered as acceptance of defective, deficient or non- conforming Work. CONTRACTOR shall, at any time requested during the progress of the Work, furnish the OWNER or the ENGINEER with an affidavit showing the CONTRACTOR's total outstanding indebtedness in connection with the Work. Before Final Payment is made, the CONTRACTOR shall satisfy the OWNER, by affidavit or otherwise, that there are no unpaid claims due subcontractors, suppliers or laborers by reason of any Work under the Contract. Acceptance by CONTRACTOR of Final Payment shall constitute a waiver of any and all claims of whatsoever 08-2018 00700 - 21 of 35 114 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT nature against OWNER, arising out of or related to the Contract, or the Work, or any acts or omissions of OWNER or ENGINEER, which have not theretofore been timely filed as provided in this Contract. 6.06 PARTIAL PAYMENTS. When the Contract Price is a lump sum amount, prior to the first Application for Payment, CONTRACTOR shall submit to ENGINEER for review and approval a Schedule of Values, which shall fairly allocate the entire Contract Price among the various portions of the Work and shall be prepared in such form and supported by such data to substantiate its accuracy as the ENGINEER may reasonably require. The Schedule of Values shall follow the trade divisions of the Specifications so far as practicable. Upon approval, this Schedule of Values shall be used by ENGINEER as the basis for reviewing the Contractor's Application for Payment. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. On or before the tenth day of each month, the CONTRACTOR shall prepare and submit to the ENGINEER, for approval or correction, an application for partial payment, being a statement showing as completely as practicable, the agreed unit quantities and extended total value of the Work done by the CONTRACTOR up to and including the twenty-fifth day of the preceding month; said statement shall also include the value of all conforming materials to be fabricated into the Work and stored in accordance with manufacturer's recommendations and as approved by the OWNER or ENGINEER at the Work site only. No payment will be made for materials stored until OWNER has approved in writing storage at the Work site. The ENGINEER shall then review such statement of unit quantities and application for partial payment and the progress of the Work made by the CONTRACTOR and, within ten days after the date ENGINEER receives CONTRACTOR's application for payment, if the application is found to be accurate and correct and the WORK conforming to the requirements of the Contract Documents, the ENGINEER shall certify the application for partial payment and shall deliver his preliminary certification for payment to the OWNER and the CONTRACTOR; or, if the ENGINEER finds that CONTRACTOR's application for payment contains an error or is otherwise disputed, he shall notify CONTRACTOR of such error or dispute, and shall prepare a preliminary certificate for partial payment for the undisputed amount of the application for payment due CONTRACTOR, and deliver it to the OWNER and CONTRACTOR. ENGINEER'S notice to CONTRACTOR that a bona fide dispute for payment exists shall include a list of the specific reasons for nonpayment. All payment applications made by CONTRACTOR and delivered to ENGINEER and all verifications and certification of such applications shall be made and transmitted within the Pro -Trak system and signed with the appropriate electronic signatures as provided for in the software. Such applications for payment shall not be considered complete unless accompanied by the CONTRACTOR'S Partial Waiver of Lien and Payment Affidavit, Section 00615, duly executed by an authorized representative of the CONTRACTOR and reflecting the correct corresponding amount of the payment application. The OWNER shall then pay the CONTRACTOR, within thirty (30) days of the date of ENGINEER's receipt of the application for payment, the undisputed balance due, less applicable retainage, and further less all previous payments and all further sums that may be retained or withheld by the OWNER under the terms of this Agreement. CONTRACTOR may submit a corrected application for payment after its receipt of the ENGINEER's notice of error or dispute, and such corrected application for payment shall be reviewed by the ENGINEER and disputed or paid under the same procedure and within the same time limits set out above. As a condition of any progress payment under this Agreement, CONTRACTOR shall execute and deliver to ENGINEER and OWNER a full release of all claims, direct or indirect, at law or in equity, 08-2018 00700 - 22 of 35 115 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT arising out of or related to the Work to date, excluding retainage or any claims previously submitted as required under the terms of the Contract, and specifically identified and excluded by CONTRACTOR in the release. OWNER shall be entitled to retain from each progress payment five percent (5%) of the amount thereof. Such retainage shall be retained until Final Completion and satisfaction of all conditions for Final Payment. It is understood, however, that in case the whole Work be near to completion, as certified by the ENGINEER, and some unexpected or unusual delay occurs, through no neglect or fault on the part of the CONTRACTOR, the OWNER may, upon written recommendation of the ENGINEER, pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR, at the OWNER'S option, may be relieved of the obligation to fully complete the Work, and thereupon, the CONTRACTOR shall receive, at the OWNER'S option, payment of the balance due him under the Contract for Work completed in accordance with the Contract Documents, subject to OWNER's rights to otherwise withhold or retain payments, and subject to the conditions set forth under "6.09 FINAL PAYMENT." The Owner at its option and in compliance with Texas law may reduce retainage to less than the above -stated percentages. 6.07 USE OF COMPLETED PORTIONS & PUNCHLIST. The OWNER shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding that the time for completing the entire work or such portions may not have expired; but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the Work, the CONTRACTOR shall promptly and within three (3) days of OWNER's taking possession, give OWNER written notice of same, and CONTRACTOR may be entitled to such extra compensation or extension of time, or both, as may be determined in accordance with the provisions of this Agreement. 6.08 SUBSTANTIAL COMPLETION. The CONTRACTOR shall notify the OWNER AND ENGINEER, by letter executed by a duly qualified officer of CONTRACTOR that in CONTRACTOR's opinion, the Work of the Contract, or an agreed portion thereof, is "Substantially Complete". Such notification shall include a list of all outstanding or incomplete items. Upon receipt, and within a reasonable time thereafter, of such notice, the ENGINEER and the CONTRACTOR shall jointly perform a walk-through and inspection of the Work to determine the status of all or the identified portion of the work, and the ENGINEER shall prepare a detailed list of unfinished, incomplete, defective and/or non -conforming Work ("Punchlist"). If the ENGINEER determines that the Work is Substantially Complete in accordance with the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR a Certificate of Substantial Completion. OWNER shall have seven (7) days after receipt of Certificate to make written objection to the ENGINEER as to any provision of the Certificate or the attached list of non- conforming work. If ENGINEER concludes that the Work is not Substantially Complete, ENGINEER will, within fourteen (14) days, notify CONTRACTOR of the reason he believes the Work is not Substantially Complete. Upon Substantial Completion of the Work, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities, pending final payment and acceptance, with respect to security, maintenance, utilities and damage to the Work, except as otherwise provided in the Certificate of Substantial Completion. NEITHER THE SUBSTANTIAL COMPLETION OF THE WORK, NOR THE OMISSION OF AN ITEM FROM THE PUNCHLIST, SHALL EXCUSE THE CONTRACTOR 08-2018 00700 - 23 of 35 116 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT FROM PERFORMING ALL OF THE WORK UNDERTAKEN, WHETHER OF A MINOR OR MAJOR NATURE, AND THEREBY COMPLETING THE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. The Certificate of Substantial Completion shall establish the time period within which CONTRACTOR shall complete the Work for Final Acceptance by the Owner and ENGINEER. 6.08-1 OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, for security requirement reasons. OWNER may establish an access procedure to facilitate CONTRACTOR's uninterrupted access to the Work for the purposes of completing and correcting all items on the Punchlist in an expeditious manner. 6.09 FINAL PAYMENT. Final payment of the Retainage withheld from the Contract Price shall be made by the OWNER to the CONTRACTOR at such time as: (a) the Work, including all Change Orders and including all Punchlist work, has been fully completed in strict accordance with the Contract Documents; (b) the Contract has been fully performed except for the CONTRACTOR's responsibility to correct nonconforming Work during the warranty period set forth in the Contract Documents, and to satisfy other requirements, if any, which necessarily survive final payment; (c) CONTRACTOR delivers to OWNER a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be cancelled or allowed to expire until at least 30 days prior written notice has been given to OWNER; (d) CONTRACTOR delivers to OWNER a Consent of Surety, if any, to final payment; (e) CONTRACTOR delivers to OWNER a complete set of As -Built Drawings, reflecting all deviations from the Plans, Specifications and approved shop drawings in the Work actually constructed, and delivers all maintenance and operating manuals and/or instructions; 08-2018 (f) CONTRACTOR delivers to OWNER all building certificates required prior to occupancy and all other required inspections / approvals / acceptances by city, county, state governmental entities or other authorities having jurisdiction; (g) CONTRACTOR delivers to OWNER assignments of all guarantees and warranties from subcontractors, vendors, suppliers or manufacturers, as well as names, addresses and telephone numbers of contacts for each subcontractor, vendor, supplier or manufacturer; (h) CONTRACTOR removes all equipment, tools, temporary facilities, surplus materials and rubbish from the site, and final cleans the site to OWNER's satisfaction; 00700 - 24 of 35 117 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (i) CONTRACTOR delivers to OWNER a Full and Final Release and Affidavit of Bills Paid in the form attached hereto as Attachment No. 2, executed by CONTRACTOR; (j) CONTRACTOR delivers to OWNER all other documentation required to be submitted to OWNER pursuant to the Contract Documents, including but not limited to any special guarantees or warranties, operation and maintenance manuals, etc'. in each case in a form satisfactory to OWNER as determined in OWNER's sole discretion; and (k) The Final Application for Payment has been approved by the ENGINEER and OWNER. Acceptance of Final Payment by the CONTRACTOR shall constitute a waiver of all claims by CONTRACTOR against OWNER other than any claims previously made in writing by CONTRACTOR against OWNER, and still unsettled, and except for claims arising out of third party actions, cross-claims and counterclaims. No interest shall be due or payable by OWNER to CONTRACTOR on any sums retained or withheld by OWNER pursuant to the terms or provisions of the Contract Documents, except as otherwise provided by applicable law. Neither the Certificate of Substantial Completion nor the Final Payment nor possession or acceptance of the Work shall relieve the CONTRACTOR of its obligation for correction of defective or non -conforming Work, or for fulfillment of any warranty, which may be required by law or by the Contract Documents. 6.10 CORRECTION OF WORK BEFORE FINAL PAYMENT. The CONTRACTOR shall promptly remove from OWNER's premises all materials, equipment or Work which is defective or otherwise not in conformance with the Contract Documents, whether actually incorporated in the Work or not, and CONTRACTOR shall, at his own expense, promptly replace such materials, equipment or Work with other materials conforming to the requirements of the Contract. The CONTRACTOR shall also bear the expense of restoring all work of CONTRACTOR or other contractors damaged by any such removal or replacement. If CONTRACTOR does not remove and replace any such unsuitable Work within ten (10) business days after receipt of a written notice from the OWNER or the ENGINEER, the OWNER may remove, replace and remedy such work at CONTRACTOR's expense. 6.11 CORRECTION OF WORK AFTER FINAL PAYMENT. If within one (1) year from the date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, CONTRACTOR shall, at its sole cost, correct it and any other work affected thereby promptly after receipt of a written notice from OWNER to do so. In addition, CONTRACTOR shall be responsible for any damage to building contents, when such damage results from the CONTRACTOR's use of faulty materials .or defective workmanship; to the extent such damage is not covered by OWNER's insurance. This warranty period shall renew and recommence for each corrected item of Work upon completion of the remedial work. This time period for correction by CONTRACTOR is in addition to, and not in lieu of, all warranties or remedies, which exist at common law or by statute. These warranty obligations shall survive the termination of this Contract, and shall be enforceable by a decree of specific performance, in addition to such other rights and remedies available to OWNER at law or in equity. 08-2018 00700 - 25 of 35 118 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 6.12 PAYMENTS WITHHELD. The OWNER may withhold, or on account of subsequently discovered evidence nullify and demand immediate repayment of, the whole or part of any certificate for payment or payment, to such extent as may be necessary to protect OWNER from loss on account of: (a) Defective or non -conforming Work not remedied; (b) Claims filed or reasonable evidence indicating probable filing of claims; (c) Failure of the CONTRACTOR to make payments promptly to subcontractors or for material or labor; (d) Damage to another contractor, OWNER, existing improvements on the site, or to adjacent or adjoining property; (e) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract amount; (f) Reasonable indication that the Work will not be completed within the Contract Time; (g) Failure on the part of the CONTRACTOR to execute any and all documents, releases or other documents presented to the CONTRACTOR for execution, as provided for herein or otherwise; (h) Liquidated or other damages due to late completion; and/or (i) Any breach by CONTRACTOR of this Contract or any other agreement between OWNER and CONTRACTOR. When the above grounds are removed to OWNER's satisfaction, the withheld payment shall be made promptly. If the said causes are not so remedied, OWNER may remedy the same for CONTRACTOR's account, charge the entire cost thereof to CONTRACTOR and deduct such cost from the Contract Sum or from any payments due or to become due under any other agreement between OWNER and CONTRACTOR. 6.13 DELAYED PAYMENTS. Should the OWNER fail to make payment to the CONTRACTOR when payment is due in accordance with the terms of the Contract Documents, any interest due CONTRACTOR for late payments shall accrue and be paid in accordance with the provisions of Chapter 2251 of the Texas Government Code, as amended, and payment of such interest shall fully liquidate and compensate any injury to the CONTRACTOR growing out of such delay in payment. Should OWNER fail to pay CONTRACTOR an undisputed amount due within the time limits provided in the Contract or applicable law, CONTRACTOR shall give the notice required and comply with the provisions of Section 2251.051 of the Texas Government Code, and shall thereupon be entitled to the rights and remedies provided therein. 7.0 EXTRA WORK AND CLAIMS 7.01 DIFFERING SITE CONDITIONS. During the progress of the work, if subsurface, latent 08-2018 00700 - 26 of 35 119 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT physical conditions or unknown physical conditions of an unusual nature are encountered at the site that differ materially from those indicated in the contract or from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, the CONTRACTOR shall notify the OWNER's Representative in writing within three (3) calendar days of the specific differing conditions before the site is disturbed and before the affected work is performed. (a) Upon written notification, the ENGINEER will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The ENGINEER will notify the CONTRACTOR in writing of the determination whether or not an adjustment of the contract is warranted. (b) No contract adjustment which results in a benefit to the CONTRACTOR will be allowed unless the CONTRACTOR has provided the required written notice. (c) No contract adjustment will be allowed under this clause for any effects caused on unchanged work. 7.02 SUSPENSIONS OF WORK ORDERED BY THE ENGINEER. If the performance of all or any portion of the work is suspended by the ENGINEER in writing for seven (7) calendar days and the CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension, the CONTRACTOR shall submit a written request for adjustment to the ENGINEER within seven (7) calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. (a) Upon receipt, the ENGINEER will evaluate the CONTRACTOR's request. If the ENGINEER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the CONTRACTOR, its suppliers, or subcontractors at any approved tier, and not caused by weather, the ENGINEER will make an adjustment (excluding profit) and modify the contract in writing accordingly. The CONTRACTOR will be notified of the ENGINEER's determination, in writing, whether or not an adjustment of the contract is warranted. (b) No contract adjustment will be allowed unless the CONTRACTOR has submitted the request for adjustment within the time prescribed. (c) No contract adjustment will be allowed under this clause to the extent that performance would have been suspended by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 7.03 CHANGE ORDERS. Without invalidating this Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the Work; such changes will be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER and the CONTRACTOR. The Change Order shall set forth the basis for any change in Contract Price, as hereinafter set forth for Extra Work, and any change in Contract Time, which may result from the change. 08-2018 00700 - 27 of 35 120 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 7.04 In accordance with paragraph 1.06 CONTRACTOR'S request to work weekends, the Owner's Construction Manager shall, upon receipt of written notice by the CONTRACTOR of the need to conduct work on otherwise non -Work Days, prepare a cost estimate for providing Construction Management and Inspection services during the requested period and submit this to both OWNER and CONTRACTOR. If approved by both parties the Construction Manager shall prepare a Deductive Change Order in the amount stated in the estimate for the signature of the CONTRACTOR and the OWNER for inclusion in the next Pay Application. The Deductive Change Order must be signed and executed by both the OWNER and CONTRACTOR prior to start of work on any non -Work Day. 7.05 MINOR CHANGES. The ENGINEER may authorize minor changes in the Work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price or time. If the CONTRACTOR believes that any minor changes authorized by the ENGINEER involves Extra Work or entitles him to an increase in the Contract Price or the Contract Time, the CONTRACTOR shall give notice of same by written request to the ENGINEER for a written Work Order, with a copy to OWNER. Any such notice and request by the CONTRACTOR shall be given prior to beginning the changed work. CONTRACTOR's commencement of any minor change in the Work prior to such written notice and request shall constitute a waiver of any and all claims for an increase in the Contract Price or the Contract Time arising out of or related to such changed work. 7.06 EXTRA WORK. It is agreed that the CONTRACTOR shall perform all work when presented with a written Change Order, Work Change Directive or Work Order signed by the ENGINEER, subject, however, to the right of the CONTRACTOR to require written confirmation of such Change Order, Work Change Directive or Work Order by the OWNER. It is agreed that the basis of compensation or adjustment to the CONTRACTOR for work either altered, added or deleted by a Change Order or Work Change Directive, or for which a claim for Extra Work is made, shall be determined by one or more of the following methods: Method (A) --By Contract unit prices applicable to the work, if any; or Method (B) --By agreed unit prices or agreed stipulated lump sum price; or Method (C) --If neither Method (A) nor Method (B) can be agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "Actual Field Cost" of the work plus: a) For subcontractors performing work mark-up shall be limited to fifteen percent, ten (10%) for the subcontractor plus five (5%) for the General Contractor or b) For the General Contractor alone, self -performing the extra work, without subcontractor, the mark-up shall not exceed ten percent (10%), as full and final compensation for the Extra Work and all costs and expenses, direct or indirect, arising out of or related thereto. In the event said Extra Work or Change Order or Work Change Directive work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "Actual Field Cost" is hereby defined as the cost to the CONTRACTOR of all workers, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals of machinery and 08-2018 00700 - 28 of 35 121 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT equipment, for the time actually employed or used on such Extra Work or Change Order or Work Change Directive work, plus actual transportation charges necessarily incurred together with all power, fuel, lubricants, water and similar operating expenses, plus all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation, and all other insurance as may be required by law or ordinance, or the Contract Documents, plus all payments to subcontractors for such work. The ENGINEER may direct the form in which accounts of the "Actual Field Cost" shall be kept and the records of these accounts shall be made available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100%), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America where practicable. The mark-up of the "Actual Field Cost" to be paid to the CONTRACTOR, shall cover and compensate him for his profit, overhead, and all other elements of cost and expense not embraced within the "Actual Field Cost" as herein defined, save that where the CONTRACTOR's field office must be maintained solely on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "Actual Field Cost." No claim for Extra Work of any kind will be allowed unless ordered by the ENGINEER in a written Work Order. In case any orders or instructions, either oral or written, appear to the CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in the Contract Time, he shall make written request to the ENGINEER for a written Work Order authorizing such Extra Work within ten (10) days of ENGINEER's orders or instructions, otherwise the orders or instructions will be considered minor changes. The issuance of a Work Order by the ENGINEER shall not constitute or be construed as an agreement or acknowledgement by the ENGINEER that the work which is the subject of the Work Order is Extra Work outside the scope of the Contract Work, but shall merely constitute a direction to the CONTRACTOR to perform the work, and the CONTRACTOR shall proceed with the work, and shall keep an accurate account of the "Actual Field Cost" thereof, as provided under Method (C). Upon completion of the alleged Extra Work, the CONTRACTOR shall promptly and within ten (10) days submit his claim to the ENGINEER by proper certification and attestation, on forms provided by the ENGINEER. The ENGINEER shall render a written decision on CONTRACTOR's claim within ten (10) days. It is mutually agreed between the parties that the ENGINEER's decision on all claims or questions in relation to the Work, CONTRACTOR's performance of the Work, any changes in the Work or Extra Work, the Contract Price and/or the Contract Time, shall be final and conclusive and binding upon the parties. If the ENGINEER shall fail to respond in writing to CONTRACTOR's claim within thirty (30) days of the date of submission, or if CONTRACTOR shall dispute or object to ENGINEER's decision on any claim, and CONTRACTOR fails to file a Request for Mediation of such claim in accordance with the provisions of Article 9.0, within sixty (60) days after the date of submission to the ENGINEER, or such longer period as the parties may agree to in writing, the CONTRACTOR shall lose and forfeit his right to make such claim for Extra Work at any later date, and all such claims held by the CONTRACTOR shall be deemed waived, forfeited and forever barred. CONTRACTOR shall continue to diligently prosecute the Work notwithstanding any pending claim, dispute, or dispute resolution process between OWNER and CONTRACTOR. 08-2018 00700 - 29 of 35 122 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 7.07 TIME OF FILING CLAIMS. Except as otherwise provided herein, all questions of dispute or adjustment shall be made within the Pro -Trak system and filed with the ENGINEER within three (3) days after the ENGINEER has given any directions, order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER shall reply within thirty (30) days to such written exceptions, and render his final decision in writing. It is mutually agreed between the parties that the ENGINEER's decision on all claims or questions in relation to the Work, CONTRACTOR's performance of the Work, any changes in the Work or Extra Work, the Contract Price and/or the Contract Time, shall be final and conclusive and binding upon the parties. In case the CONTRACTOR should desire to appeal from the ENGINEER's decision, the CONTRACTOR may request a meeting between representatives of the OWNER and the CONTRACTOR for the purposes of appealing the ENGINEER's decision directly to the OWNER, such meeting to occur within ten (10) days after the date of the CONTRACTOR's request, or such longer period as may be agreed to by the parties in writing. If the CONTRACTOR shall still be aggrieved after a meeting with the OWNER and/or his representative, the CONTRACTOR shall have sixty (60) days after the date of the meeting, or such longer period as the parties may agree to in writing, to file a Request for Mediation of such claim in accordance with the provisions of Article 9.0. In the event the CONTRACTOR shall fail, for any reason, to timely file a Request for Mediation, the OWNER shall be released of any and all liability, and the CONTRACTOR's failure to timely file a Request for Mediation shall constitute a waiver, forfeit and final bar of all such claims held by the CONTRACTOR against the OWNER. CONTRACTOR shall continue to diligently prosecute the Work notwithstanding any pending claim, dispute, or dispute resolution process between OWNER and CONTRACTOR. 8.0 DEFAULT 8.01 DEFAULT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse to resume Work within five (5) days after written notification from the OWNER or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER when such orders are consistent with the Contract Documents, or if the CONTRACTOR otherwise defaults on its obligations under the Contract, OWNER shall have the right, if it so elects and without prejudice to any other rights it may have, after giving five (5) days written notice of default to CONTRACTOR and any surety, to terminate the Contract or any part thereof and/or to take over or cause others to take over the Work or any part thereof, and to complete such Work for the account of CONTRACTOR. Where Performance and Payment Bonds exist, the sureties on these bonds shall be directed to complete the Work in conjunction with the notice of default, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of default, the CONTRACTOR shall promptly and within no more than three (3) days, remove from the Work any machinery, equipment, or tools then on the job, not intended for incorporation into the Work. Should CONTRACTOR fail to promptly remove such machinery, equipment or tools, OWNER may remove such machinery, equipment or tools and store same at CONTRACTOR's expense; return such machinery, equipment or tools to their purported owner; or otherwise dispose of such machinery, equipment or tools as OWNER sees fit. Any materials, supplies and/or equipment delivered for use in the Work, may be used in the completion of the Work by the OWNER or the surety on the Performance Bond, or another contractor in completion of the Work; it being understood that the use of such equipment, supplies and materials will ultimately reduce the cost to complete the Work and be reflected in the final settlement. 08-2018 00700 - 30 of 35 123 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Where there is no Performance Bond or in case the surety should fail to commence compliance with the notice for completion hereinabove provided for within ten (10) days after the service of such notice, then the OWNER may provide for completion of the Work in either of the following elective manners: (a) The OWNER may thereupon employ such force of workers and use such machinery, equipment, tools, materials and supplies as the OWNER may deem necessary to expeditiously complete the Work, and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such monies as may be due or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement or any other agreement between OWNER and CONTRACTOR. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall be credited with the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by such CONTRACTOR, then the CONTRACTOR and/or his surety shall promptly pay the amount of such excess to the OWNER upon demand; or (b) The OWNER, under sealed bids, under the times and procedures provided for by law, may let the contract for completion of the Work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the OWNER under the completion contract, as compared to what would have been the cost under this Contract, such increase shall be charged to the CONTRACTOR, and the amount of such increase may be deducted by the OWNER out of such monies as may be due or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement or any other agreement between OWNER and CONTRACTOR, or the CONTRACTOR and/or his surety shall promptly pay the amount of such increase to the OWNER upon demand. However, should the cost to complete any such completion contract prove to be less than what would have been the cost to complete under this Contract, the CONTRACTOR and/or his surety shall be credited therewith. In the event of a default by CONTRACTOR, no further payments shall be made to CONTRACTOR under the Contract until the Work is Finally Completed. When the Work shall have been Finally Completed, the CONTRACTOR and his surety shall be so notified. A complete itemized statement of the Contract accounts, certified by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his surety, whereupon the CONTRACTOR and/or his surety shall pay the balance due as reflected by said statement. The OWNER, prior to incurring an obligation to make payment hereunder, shall have such statement of completion attested to by the CONTRACTOR and the surety as accurate, and in exchange for payment of the sum stated therein, the OWNER shall be entitled to a full and final release of any claims or demands by the CONTRACTOR or the surety. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this Contract, or when the CONTRACTOR and/or his surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment, tools 08-2018 00700 - 31 of 35 124 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT or supplies left on the site of the Work shall be turned over to the CONTRACTOR and/or his surety. Should the cost to complete the Work exceed the Contract Price, and the CONTRACTOR and/or his surety fail to pay the amount due the OWNER within the time designated above, and there remains any machinery, equipment, tools, materials or supplies which are the property of CONTRACTOR on the site of the Work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his surety at the respective addresses designated in the Contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of the CONTRACTOR and his surety, subject only to the duty of the OWNER to exercise ordinary care to protect such property. After fifteen (15) days from the date of such notice, the OWNER may sell such property, equipment, tools, materials or supplies, and apply the net sum derived from such sale to the credit of the CONTRACTOR and his surety. Such sale may be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools, materials or supplies, which remain on the Work, and belong to persons other than the CONTRACTOR or his surety, to their reputed owners. 8.02 SUPPLEMENTATION OF CONTRACTOR FORCES. If CONTRACTOR at any time shall, in OWNER'S sole opinion, fail to furnish skilled workers, suitable materials, supplies or adequate equipment sufficient for the prompt, timely and diligent prosecution of the Work in accordance with OWNER's direction, OWNER shall have the right, without prejudice to the exercise of other remedies for the same default and without fully taking over the Work, to supplement CONTRACTOR's forces and to expedite delivery of and to procure and furnish such workers, materials, tools, supplies or equipment for CONTRACTOR's account by employing other contractors and suppliers engaged in the same class of work and charge the entire cost thereof to CONTRACTOR, said cost to be deducted from sums due or to become due to CONTRACTOR under the Contract or any other agreement with OWNER or any parent, subsidiary or affiliate of OWNER. 8.03, CUMULATIVE REMEDIES & SPECIFIC PERFORMANCE. All rights and remedies of OWNER, under the terms of the Contract and/or available at law or in equity, are cumulative. In the event CONTRACTOR or any of its subcontractors, vendors or suppliers fails or refuses for any reason to provide timely manufacture, fabrication, delivery, installation, erection, construction or completion of any supplies, materials, expendables, equipment, machinery, accessories or appurtenances to be furnished hereunder, CONTRACTOR acknowledges and agrees that such items are required, necessary, essentially unique to the Project and the Work and will cause irreparable harm to OWNER and the Project if not furnished in accordance with the Contract, and OWNER shall have the right to obtain a decree of specific performance and mandatory injunctive relief from any Court of competent jurisdiction to ensure the timely furnishing of such items. 8.04 CROSS -DEFAULT. If, for any reason, CONTRACTOR is declared in default and/or terminated by OWNER under any other agreement with OWNER, whether related to the Project or not related to the Project, OWNER shall have the right to offset and apply any amounts which might be owed to OWNER by CONTRACTOR under any other such agreements against any earned but unpaid amounts owing to CONTRACTOR by OWNER under the Contract, any retainage earned by CONTRACTOR under the Contract or any unearned, unpaid amount under the Contract. 8.05 INSOLVENCY. It is recognized that if CONTRACTOR becomes a debtor in voluntary or involuntary bankruptcy proceedings, makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of his insolvency, such events could seriously 08-2018 00700 - 32 of 35 125 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT impair or frustrate CONTRACTOWs performance of the Work. Accordingly, it is agreed that should CONTRACTOR become a debtor in bankruptcy, either voluntary or involuntary, CONTRACTOR shall notify OWNER in writing within twenty-four (24) hours of the filing with the bankruptcy court. Further, it is agreed that upon occurrence of any one or more such events, OWNER shall be entitled to request of CONTRACTOR or its successors, trustees or receivers, adequate assurances of future performance. In the event such adequate assurances are not given to the reasonable satisfaction of OWNER within seventy-two (72) hours of such request, OWNER shall have the right to immediately invoke the remedies of this Section 8 or as provided by law. Pending receipt of such adequate assurances of such future performance, OWNER may proceed with the Work on a temporary basis and deduct the costs, plus reasonable overhead and profit, from any amounts due or which may become due to CONTRACTOR under the Contract or any other agreement with OWNER. In this regard, OWNER and CONTRACTOR agree that delays in performance could result in more damages to CONTRACTOR than would be sustained if OWNER failed to exercise such remedies. 8.06 CONTINGENT ASSIGNMENT. CONTRACTOR hereby assigns to OWNER, all of CONTRACTOR's rights under and interest in any and all subcontracts and/or purchase orders entered into by CONTRACTOR pursuant to this Agreement, such assignment to become effective upon CONTRACTOR's default under this Agreement or OWNER's termination of this Contract, and OWNER's acceptance of such assignment. Upon CONTRACTOR's default or OWNER's termination of this Contract, OWNER may, in the event there is no performance bond for the Contract, or in the event the performance bond surety fails to complete the Contract, or if OWNER otherwise so elects in its sole discretion, accept such assignment by written notice of such acceptance to CONTRACTOR and subcontractor, and may require subcontractors to perform all of the then unperformed duties and obligations under the subcontract, for the direct benefit of OWNER. In the event OWNER requires such performance by a subcontractor, then OWNER shall be obligated to pay such subcontractor any amounts due and owing under the terms of the subcontract/purchase order, at the subcontract prices and rates, and subject to any rights of withholding or offset and other terms and conditions of the subcontract, for all work properly performed by such subcontractor, to the date of OWNER's acceptance and thereafter. OWNER's liability in this connection, however, shall not exceed the amount obtained by subtracting all payments made by CONTRACTOR to subcontractor from the Subcontract Price at the time of CONTRACTOR's default or OWNER's termination of CONTRACTOR. CONTRACTOR shall include a provision in its subcontracts that allows such assignment and allows OWNER to take these actions, and further provides that in the event of CONTRACTOR's termination for default, the subcontractor agrees to give the OWNER or its agent the right to inspect all books and records of subcontractor relating to the Work. 8.07 WAIVER OF CONSEQUENTIAL DAMAGES. CONTRACTOR expressly waives any and all claims for consequential damages against OWNER arising out of or related to this Contract, or any other agreements between CONTRACTOR and OWNER, including, but not limited to, claims for damages incurred by CONTRACTOR for principal office expenses, including the compensation of personnel stationed there, losses of financing, bonding capacity, business and reputation, and claims for lost profit, whether on this Contract or otherwise. 8.08 TERMINATION FOR CONVENIENCE. OWNER may at its sole discretion, upon five (5) days written notice to CONTRACTOR, terminate this Contract, in whole or in part, if and when OWNER determines that it is in the best interest of OWNER to do so. Upon receipt of such written notice from OWNER, CONTRACTOR shall cease all terminated Work and take reasonable 08-2018 00700 - 33 of 35 126 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT precautions to protect and preserve such work, and shall take all reasonable measures after consultation with OWNER to terminate or assign to OWNER all subcontracts, purchase orders or other commitments related to the Work or the Project on terms and conditions acceptable to OWNER. CONTRACTOR will be paid for all Work performed in strict accordance with the Contract Documents, based upon the Contract Price and the percentage of completion on the date of termination, and less amounts previously paid, subject to any reasonable backcharges attributable to CONTRACTOR's failure to comply with any of the provisions of this Contract and further subject to the other terms of this Contract regarding payment. In no event will CONTRACTOR receive or be entitled to any payment or compensation whatsoever for interruption of business or loss of business opportunities, any other items of consequential damages, for overhead or loss of profits on the unperformed Work and/or services and unfurnished materials or for any intangible, impact or similarly described cost, damages or expense, and under no circumstances shall the total sum paid to or received by CONTRACTOR under this Contract exceed the Contract Price. The compensation provided herein shall be CONTRACTOR's sole and exclusive remedy arising out of a termination for convenience. 8.09 DEFAULT BY OWNER. In case the OWNER shall default on its material obligations under this Contract, other than OWNER's failure to pay CONTRACTOR a disputed amount due within the time limits provided in the Contract or applicable law, as addressed by Section 6.13 of this Agreement, and shall fail or refuse to cure, or to commence and diligently pursue cure of such default within fifteen (15) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the Work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of the Work that have not been included in payments to the CONTRACTOR and have not been incorporated into the Work. And thereupon, the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all Work actually completed by said CONTRACTOR (at the Contract Prices), the value of all partially completed Work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this Contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole Work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by the OWNER and all other sums that may be retained by the OWNER under the terms of this Agreement, and shall present the same to the OWNER, and OWNER's payment of said sum to the CONTRACTOR, on or before thirty (30) days after OWNER's receipt of such statement, shall satisfy any and all rights, claims or causes of action of CONTRACTOR arising out of or related to such default by OWNER, and shall be CONTRACTOR's sole and exclusive remedy for such default. A disputed or unilateral claim by the Contractor cannot by itself constitute a default hereunder. 9.0 DISPUTE RESOLUTION Any dispute or pending claim or dispute resolution process between OWNER and CONTRACTOR shall not excuse or relieve CONTRACTOR of its obligations under the Contract, and CONTRACTOR shall diligently prosecute the Work notwithstanding any pending claim, dispute, or dispute resolution process between OWNER and CONTRACTOR. All claims, disputes and other matters in question arising out of or relating to, the Contract, or the breach thereof, shall be subject to mediation as a condition precedent to any other dispute resolution process as may be selected by OWNER. Unless mutually agreed otherwise the mediation 08-2018 00700 - 34 of 35 127 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT shall be conducted by a third party who will be selected by agreement between OWNER and CONTRACTOR, and Request for Mediation shall be filed with the other party. The parties shall share the mediator's fee and any filing fees equally. If a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the work of a subcontractor or supplier, OWNER or CONTRACTOR may join such subcontractor or supplier as a party to any mediation proceeding between OWNER and CONTRACTOR hereunder. CONTRACTOR shall include in all subcontracts and/or purchase orders related to the Work a specific provision whereby the subcontractor or supplier consents to being joined in mediation between OWNER and CONTRACTOR involving the work of such subcontractor or supplier. This Contract shall be governed by the laws of the State of Texas and shall be considered performable in Brazoria County, Texas, for venue purposes. Further, the OWNER and CONTRACTOR stipulate that venue for any dispute resolution proceeding involving or touching upon the Contract other than the conduct of an arbitration hearing shall be in Brazoria County, Texas, or, if such choice of venue is prohibited or unenforceable by law, shall be held in the county where the Project is located. CONTRACTOR agrees to pay OWNER all reasonable attorneys' fees incurred by OWNER in the event OWNER seeks to enforce any provision of this Contract whether by arbitration or other dispute resolution process. Further, in the event OWNER defends any claim instituted by CONTRACTOR against OWNER, whether in arbitration or other dispute resolution process, CONTRACTOR agrees to pay OWNER all reasonable attorneys' fees incurred by OWNER in defending such claim provided OWNER is the prevailing party, in whole or in part, in such proceeding. 08-2018 00700 - 35 of 35 128 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT ATTACHMENT NO. 1 TO GENERAL CONDITIONS WORKERS' COMPENSATION INSURANCE COVERAGE A. DEFINITIONS: Certificate of coverage ("certificate") . A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC81, 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. 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 the Project warranty period has expired. Persons providing services on the project includes persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with due contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, motor carriers and owner - operators, (as defined at Section 406.121 of the Texas Labor Code), leasing companies, and 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, Title 5 Workers' Compensation, Subtitle A ' Texas Workers' Compensation Act, for employees of the contractor providing services on the project, for the duration of the project. IC. The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the Contract. t 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 OWNER showing that ' coverage has been extended. E. The CONTRACTOR shall obtain from each subcontractor or other person providing services on a project, and provide to the OWNER: (I) a certificate of coverage, prior to that person beginning work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and ' 05/2007 00700 - Al 129 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (2) no later than seven days after receipt by the CONTRACTOR and 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. 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 OWNER in writing by certified mail or personal delivery, within 10 days after the CONTRACTOR knew or should have known, of any changes that materially affect 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. NOTICE REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440- 3789 to receive information on the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." I. The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, too: 05/2007 (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, Title 5 Workers' Compensation, Subtitle A Texas Workers' Compensation Act, for all of its employees providing services on the Project, for the duration of the Project; (2) provide to the CONTRACTOR, prior to that person beginning work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the Project: 00700 - A2 130 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (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 OWNER 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 OWNER 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 agreements 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 OWNER to pursue all rights and remedies available to it under the Contract, at law or in equity, if the CONTRACTOR does not remedy the breach within ten days after receipt of notice of breach from the OWNER. 05/2007 00700- A3 131 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT ATTACHMENT NO.2 TO GENERAL CONDITIONS AGREEMENT FOR FINAL PAYMENT AND CONTRACTOR'S SWORN RELEASE In consideration of the Final Payment under that certain contract between [Contractor's Company Name] (hereafter "CONTRACTOR") and the City of Pearland (hereafter "OWNER") for the Project known as McHard Road Extension (Cullen Boulevard to Mykawa Road) (the "Contract"), the CONTRACTOR makes the following representations to OWNER, either individually if a proprietorship, or jointly and severally by all general partners if a partnership, or if a corporation, by action of the president and secretary of said corporation, as duly authorized by appropriate action of the stockholders and/or board of directors of said corporation, their signatures hereon constituting a representation under oath by said individuals that they have the authority to execute this Agreement for and on behalf of the said corporation: 1. The undersigned CONTRACTOR represents to OWNER that the Application for Payment for the Final Payment under the Contract, and the final Change Order issued under the Contract if any, whether or not modified, corrected or changed in some way by the ENGINEER, the CONTRACTOR or the OWNER, a copy of which are attached hereto and marked Exhibit "A", are true, correct and accurate, and that CONTRACTOR has received payment in full for all other Applications for Payment submitted under the Contract, and that CONTRACTOR has been fully compensated for all labor, materials, equipment and/or services furnished in connection with the Contract, except for the Final Payment. 2. It is agreed and stipulated by the undersigned CONTRACTOR that upon the receipt of Final Payment in the amount as set out on the attached Application for Payment, the CONTRACTOR, by execution of this instrument of release, does, therefore, RELEASE and FOREVER DISCHARGE OWNER of and from all manner of debts, claims, demands, obligations, suits, liabilities and causes of action of any nature whatsoever, at law or in equity, in contract or in tort, now existing or which may hereafter accrue, arising out of or related to the Contract, any Change Orders or Work Orders, the Work, or any labor, materials, equipment or services furnished by CONTRACTOR to OWNER. 3. The CONTRACTOR, acting by and through the person or persons whose names are subscribed hereto, does solemnly swear and affirm that all bills and claims have been paid to all materialmen, suppliers, laborers, subcontractors, or other entities performing services or supplying materials or equipment, and that OWNER shall not be subject to any bills, claims, demands, litigation or suits in connection therewith. 4. It is further specifically understood and agreed that this Agreement for Final Payment and Contractor's Sworn Release shall constitute a part of the Contract, and it is also specifically understood and agreed that this Agreement shall not act as a modification, waiver or renunciation by OWNER of any of its rights or remedies as set out in the Contract itself, but this Agreement for Final Payment and Contractor's Sworn Release shall constitute a supplement thereto for the additional protection of OWNER. 05/2007 00700 - B 1 132 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT SIGNED and EXECUTED this, the _ day of , 20_. CONTRACTOR: By: Signature Print Name: Title: [If CONTRACTOR is a proprietorship, owner must sign; if a partnership, each general partner must sign; if a corporation, the following language should be used.] SIGNED and EXECUTED this, the day of , 20_ by , a Texas corporation, under authority granted to the undersigned by said corporation as contained in the Charter, By -Laws or Minutes of a meeting of said corporation regularly called and held. CONTRACTOR: By: President ATTEST: Corporate Secretary (Corporate Seal) [This form is for use by either a proprietorship or a partnership. In the event CONTRACTOR is a partnership or a joint proprietorship, additional signature lines should be added for each individual.] 05/2007 00700 - B2 133 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT STATE OF TEXAS § COUNTY OF M AFFIDAVIT BEFORE ME, the undersigned authority, on this day personally appeared the person or persons whose name(s) are subscribed to the above and foregoing Agreement for Final Payment and Contractor's Sworn Release, who each, after being by me duly sworn, on their oaths deposed and said: I (We) am (are) the person(s) who signed and executed the above and foregoing Agreement for Final Payment and Contractor's Sworn Release, and I (we) have read the facts and statements as therein set out and the representations as made therein, and I (we) state that the above and foregoing are true and correct. CONTRACTOR - Affiant SWORN TO AND SUBSCRIBED TO before me, the day of 20_. Notary Public, State of Texas My Commission Expires: [This form is for use in the event CONTRACTOR is a corporation.] 07/2006 00700 - B3 134 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT AFFIDAVIT STATE OF TEXAS § COUNTY OF § BEFORE ME, the undersigned authority, on this day personally appeared the persons who signed and executed the above and foregoing Agreement for Final Payment mid Contractor's Sworn Release, whose names are set out above, who each, after being by me duly sworn, on their oaths deposed and said: We each are the persons whose names are subscribed above, and hold respectively the offices in the corporation as set out above, and each state under oath that we have the authority to execute this Agreement for Final Payment and Contractor's Sworn Release for and on behalf of said corporation, pursuant to authority granted to us in the Charter of said corporation, the By -Laws of said corporation and/or the Minutes of said corporation; and the facts, statements and representations as set out in the instrument to which this Affidavit is attached, are true and correct. SWORN TO AND SUBSCRIBED TO before me this, the day of , 20 Notary Public, State of Texas My Commission Expires: 07/2006 00700 - B4 135 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT ATTACHMENT NO.3 TO GENERAL CONDITIONS OWNER'S INSURANCE REQUIREMENTS OF CONTRACTOR Definitions. For purposes of this Agreement: 1.1 Owner Parties. "Owner Parties" means (a) the City of Pearland, its successors and assigns, and the Engineer, (b) any officers, employees, or agents of such persons or entities, and (c) others as required by the Contract Documents, if any. 1.2 Contractor. "Contractor" shall mean the vendor providing the service or work to be performed under this Agreement. 1.3 Subcontractor. "Subcontractor" shall include subcontractors of any tier. 1.4 ISO. "ISO" means Insurance Services Office. 2. Contractor Insurance Representations to Owner Parties 10-2012 2.1 It is expressly understood and agreed that the insurance coverages required herein: 2. 1.1 represent Owner Parties' minimum requirements and are not to be construed to void or limit the Contractor's indemnity obligations as contained in this Agreement nor represent in any manner a determination of the insurance coverages the Contractor should or should not maintain for its own protection; and 2.1.2 are being, or have been, obtained by the Contractor in support of the Contractor's liability and indemnity obligations under this Agreement. Neither the requirements as to insurance to be carried as provided for herein, the insolvency, bankruptcy or failure of any insurance company carrying insurance of the Contractor, nor the failure of any insurance company to pay claims accruing, shall be held to affect, negate or waive any of the provisions of this Agreement. 2.2 Failure to obtain and maintain the required insurance shall constitute a material breach of, and default under, this Agreement. If the Contractor shall fail to remedy such breach within five (5) business days after notice by the Owner, the Contractor will be liable for any and all costs, liabilities, damages and penalties resulting to the Owner Parties from such breach, unless a written waiver of the specific insurance requirement(s) is provided to the Contractor by the Owner. In the event of any failure by the Contractor to comply with the provisions of this Agreement, the Owner may, without in any way compromising or waiving any right or remedy at law or in equity, on notice to the Contractor, purchase such insurance, at the Contractor's expense, provided that the Owner shall have no obligation to do so and if the Owner shall do so, the Contractor shall not be relieved of or excused from the obligation to obtain and maintain such insurance amounts and coverages. 00700 - C 1 136 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 3. Conditions Affecting All Insurance Required Herein 3.1 Cost of Insurance. All insurance coverage shall be provided at the Contractor's sole expense. 3.2 Status and Rating of Insurance Company. All insurance coverage shall be written through insurance companies authorized to do business in the state in which the work is to be performed and rated no less than A-: VII in the most current edition of A. M. Best's Key Rating Guide. 3.3 Restrictive, Limiting, or Exclusionary Endorsements. All insurance coverage shall be provided to the Owner Parties in compliance with the requirements herein and shall contain no endorsements that restrict, limit, or exclude coverage required herein in any manner without the prior express written approval of the Owner. 3.4 Limits of Liability. The limits of liability may be provided by a single policy of insurance or by a combination of primary and umbrella policies, but in no event shall the total limits of liability available for any one occurrence or accident be less than the amount required herein. 3.5 Notice of Cancellation, Nonrenewal, or Material Reduction in Coverage. All insurance coverage shall contain the following express provision: In the event of cancellation, non -renewal, or material reduction in coverage affecting the certificate holder, thirty (30) days prior written notice shall be given to the certificate holder by certified mail or registered mail, return receipt requested. 3.6 Waiver of Subro ag tion. The Contractor hereby agrees to waive its rights of recovery from the Owner Parties with regard to all causes of property and/or liability loss and shall cause a waiver of subrogation endorsement to be provided in favor of the Owner Parties on all insurance coverage carried by the Contractor, whether required herein or not. 3.7 Deductible/Retention. Except as otherwise specified herein, no insurance required herein shall contain a deductible or self-insured retention in excess of $25,000 without prior written approval of the Owner. All deductibles and/or retentions shall be paid by, assumed by, for the account of, and at the Contractor's sole risk. The Contractor shall not be reimbursed for same. 4. Maintenance of Insurance. The following insurance shall be maintained in effect with limits not less than those set forth below at all times during the term of this Agreement and thereafter as required: 10-2012 00700- C2 137 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.1 Commercial General Liability Insurance 10-2012 4.1.1 Coverage. Such insurance shall cover liability arising out of all locations and operations of the Contractor, including but not limited to liability assumed under this contract (including the tort liability of another assumed in a business contract). Defense shall be provided as an additional benefit and not included within the limit of liability. 4.1.2 Form. Commercial General Liability Occurrence form (at least as broad as an unmodified ISO CG 0001 0798 or its equivalent). 4.1.3 Amount of Insurance. Coverage shall be provided with limits of not less than: Each Occurrence Limit $1,000,000 General Aggregate Limit $2,000,000 Product -Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 4.1.4 Required Endorsements a. Additional Insured. Additional insured status shall be provided in favor of the Owner Parties on any of the following: i. ISO form CG 20 10 1185; or ii. ISO form CG 20 26 1185; or iii. a combination of ISO forms CG 20 33 10 01 and CG 20 37 10 01; or iv. any form providing equivalent protection to Owner. b. Designated Construction Project(s) Aggregate Limit. The aggregate limit shall apply separately to this Agreement through use of an ISO CG 25 03 03 97 endorsement or its equivalent. C. Notice of Cancellation. Nonrenewal or Material Reduction in Coverage, as required in 3.5, above. d. Personal Injury Liability. The personal injury contractual liability exclusion shall be deleted. e. Primark and Non -Contributing Liability. It is the intent of the parties to this Agreement that all insurance required herein shall be primary to all insurance available to the Owner Parties. The obligations of the Contractor's insurance shall not be affected by any other insurance available to the Owner Parties and shall seek no contribution from the Owner Parties' insurance, whether primary, excess contingent, or on any other basis. The Contractor's insurance coverage shall be endorsed to provide such primary and non- contributing liability. f. Waiver of Subrogation, as required in 3.6, above. 00700- C3 138 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 10-2012 4.1.5 Continuing Commercial General Liability Insurance. The Contractor shall maintain such insurance in identical coverage, form and amount, including required endorsements, for at least one (1) year following Date of Substantial Completion of the Work to be performed under this Agreement. The Contractor shall provide written representation to Owner stating Work completion date. 4.2 Auto Liability Insurance 4.2.1 Coverage. Such insurance shall cover liability arising out of any auto (including owned, hired, and non -owned). 4.2.2 Form. Business Auto form (at least as broad as an unmodified ISO CA 0001 or its equivalent). 4.2.3 Amount of Insurance. Coverage shall be provided with a limit of not less than $1,000,000. 4.2.4 Required Endorsements a. Notice of Cancellation, Nonrenewal or Material Reduction in Coverage, as required in 3.5, above. b. Waiver of Subrogation, as required in 3.6, above. 4.3 Employer's Liability Insurance 4.3.1 Coverage. Employer's Liability Insurance shall be provided as follows: 4.3.2 Amount of Insurance. Coverage shall be provided with a limit of not less than: Employer's Liability_: $1,000,000 each accident and each disease. 4.3.3 Required Endorsements a. Notice of Cancellation, Nonrenewal or Material Reduction in Coverage, as required in 3.5, above. b. Waiver of Subrogation, as required in 3.6, above. 4.4 Umbrella Liability Insurance 4.4.1 Coverage. Such insurance shall be excess over and be no less broad than all coverages described above and shall include a drop-down provision for exhaustion of underlying limits. 4.4.2 Form. This policy shall have the same inception and expiration dates as the commercial general liability insurance required above. 00700 - C4 139 CITY OFPEARLAND GENERAL CONDITIONS OF AGREEMENT 10-2012 4.4.3 Amount of Insurance. Coverage shall be provided with a limit of not less than $5,000,000. 4.4.4 Continuing Umbrella Liability Insurance. The Contractor shall maintain such insurance in identical coverage, form and amount, including required endorsements, for at least one (1) year following Date of Substantial Completion of the Work to be performed under this Agreement. The Contractor shall provide written representation to the Owner stating Work completion date. 4.5 Professional Liability Insurance 4.5.1 Coverage. The Contractor shall provide professional liability insurance for any professional design or engineering drawing required by the work. Such insurance shall indemnify the Owner from claims arising from the negligent performance of professional services of any type, including but not limited to design or design/build services as part of the Work to be performed. 4.5.2 Form. This insurance shall include prior acts coverage sufficient to cover all services rendered by the Contractor and by its consultants under this Agreement. It is recognized that this coverage may be provided on a Claims -Made basis. 4.5.3 Amount of Insurance. Coverage shall be provided with a limit of not less than $1,000,000. 4.5.4 Continuing Professional Liability Insurance. The Contractor shall maintain such insurance in identical coverage, form and amount for at least one (1) year following Date of Substantial Completion of the Work to be performed under this Agreement. The Contractor shall provide written representation to the Owner stating Work completion date. 4.6 Builder's Risk 4.6.1 Insureds. Insureds shall include: a. Owner, General Contactor and all Loss Payees and Mortgagees as Named Insureds; and b. subcontractors of all tiers in the Work as Additional Insureds. 00700- C5 140 CITY OF PEA RLAND 10-2012 GENERAL CONDITIONS OF AGREEMENT 4.6.2 Covered Property. Such insurance shall cover: a. b. C. d. e. f. Form all structure(s) under construction, including retaining walls, paved surfaces and roadways, bridges, glass, foundation(s), footings, underground pipes and wiring, excavations, grading, backfilling or filling; all temporary structures (e.g., fencing, scaffolding, cribbing, false work, forms, site lighting, temporary utilities and buildings) located at the site; all property including materials and supplies on site for installation; all property including materials and supplies at other locations but intended for use at the site; all property including materials and supplies in transit to the site for installation by all means of transportation other than ocean transit; and other Work at the site identified in the Agreement to which this Exhibit is attached. a. Coverage shall be at least as broad as an unmodified ISO Special form, shall be provided on a completed -value basis, and shall be primary to any other coverage insurance available to the insured parties, with that other insurance being excess, secondary and non- contributing. b. No protective safeguard warranty shall be permitted. C. Required coverage shall further include: i. Additional expenses due to delay in $ TBD completion of project (where applicable) ii. Agreed value Included without sublimit iii. Damage arising from error, omission or Included without sublimit deficiency in construction methods, design, specifications, workmanship or materials, including collapse iv. Debris removal additional limit 25% of direct damage loss V. Earthquake (where applicable) $ TBD vi. Earthquake sprinkler leakage (where $ TBD applicable) vii. Expediting expenses $ TBD viii. Flood (where applicable) $ TBD ix. Freezing Included without sublimit X. Mechanical breakdown, including hot & Included without sublimit cold testing (where applicable) xi. Notice of cancellation, non -renewal or Included 00700 - C6 141 CITY OF PEARLAND 10-2012 GENERAL CONDITIONS OF AGREEMENT material reduction — 60 days prior written notice to each insured xii. Occupancy clause, as required in F, below xiii. Ordinance or law xiv. Pollutant clean-up and removal xv. Preservation of property xvi. Replacement cost xvii. Theft xviii. Waiver of subrogation as required in G, below. Included Included without sublimit $ TBD Included without sublimit Included Included without sublimit Included 4.6.3 Amount of Insurance. Coverage shall be provided in an amount equal at all times to the full replacement value and cost of debris removal for any single occurrence. 4.6.4 Deductibles. Deductibles shall not exceed the following: a. All Risks of Direct Damage, Per $5,000 Occurrence, except b. Delayed Opening Waiting Period 5 Days C. Flood, Per Occurrence $25,000 or excess of NFIP if in Flood Zone A, BorV d. Earthquake and Earthquake Sprinkler $25,000 Leakage, Per Occurrence 4.6.5 Termination of Coverage. The termination of coverage provision shall be endorsed to permit occupancy of the covered property being constructed so long as such occupancy does not exceed 20% of the usable area of the property. This insurance shall be maintained in effect, unless otherwise provided for in the Contract Documents, until the earliest of the following dates: a. the date on which all persons and organizations who are insureds under the policy agree that it shall be terminated; b. the date on which final payment, as provided for in the Agreement to which this Exhibit is attached, has been made; or C. the date on which the insurable interests in the Covered Property of all insureds other than Contractor have ceased. 00700 - C7 142 CITY OF PEARLAND 5 Q 10-2012 GENERAL CONDITIONS OF AGREEMENT 4.6.6 Waiver of Subrogation. The waiver of subrogation provision shall be endorsed as follows: a. A waiver of subrogation shall be provided in favor of all insureds. b. The waiver of subrogation provisions shall be endorsed as follows: Should a covered loss be subrogated, either in whole or in part, your rights to any recovery will come first, and we will be entitled to a recovery only after you have been fully compensated for the loss. Intentionally left blank. Evidence of Insurance 6.1 Provision of Evidence. Evidence of the insurance coverage required to be maintained by the Contractor, represented by certificates of insurance, evidence of insurance, and endorsements issued by the insurance company or its legal agent, and must be furnished to the Owner prior to commencement of Work and not later than fifteen (15) days after receipt of this Agreement. New certificates of insurance, evidence of insurance, and endorsements shall be provided to the Owner prior to the termination date of the current certificates of insurance, evidence of insurance, and endorsements. 6.2 Form 6.2.1 All property insurance required herein shall be evidenced by ACORD form 28, "Evidence of Property Insurance". 6.2.2 All liability insurance required herein shall be evidenced by ACORD form 25, "Certificate of Insurance". 6.3 Specifications. Such certificates of insurance, evidence of insurance, and endorsements shall specify: 6.3.1 The Owner as a certificate holder with correct mailing address. 6.3.2 Insured's name, which must match that on this Agreement. 6.3.3 Insurance companies affording each coverage, policy number of each coverage, policy dates of each coverage, all coverages and limits described herein, and signature of authorized representative of insurance company. 6.3.4 Producer of the certificate with correct address and phone number listed. 6.3.5 Additional insured status required herein. 6.3.6 Amount of any deductibles and/or retentions. 6.3.7 Cancellation, non -renewal and material reduction in coverage notification as required by this Agreement. Additionally, the words "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon Company, it agents or representatives" shall be deleted from the cancellation provision of the ACORD 25 certificate of insurance form. 00700- Cs 143 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 6.3.8 Designated Construction Project Aggregate Limits required herein. 6.3.9 Personal Injury contractual liability required herein. 6.3. 10 Primary and non-contributing status required herein. 6.3.11 Waivers of subrogation required herein. 6.4 Required Endorsements. A copy of each of the required endorsements shall also be provided. 6.5 Failure to Obtain. Failure of any Owner Party to demand such certificate or other evidence of full compliance with these insurance requirements or failure of any Owner Party to identify a deficiency from evidence that is provided shall not be construed as a waiver of the Contractor's obligation to maintain such insurance. 6.6 Certified Copies. Upon request of any Owner Party, the Contractor shall provide to the Owner a certified copy of all insurance policies required herein within ten (10) days of any such request. Renewal policies, if necessary, shall be delivered to the Owner prior to the expiration of the previous policy. 6.7 Commencement of Work. Commencement of Work without provision of the required certificate of insurance, evidence of insurance and/or required endorsements, or without compliance with any other provision of this Agreement, shall not constitute a waiver by any Owner Party of any rights. The Owner shall have the right, but not the obligation, of prohibiting the Contractor or any subcontractor from performing any Work until such certificate of insurance, evidence of insurance and/or required endorsements are received and approved by the Owner. 7. Insurance Requirements of Contractor's Subcontractors 10-2012 7.1 Insurance similar to that required of the Contractor shall be provided by all subcontractors (or provided by the Contractor on behalf of subcontractors) to cover operations performed under any subcontract agreement. The Contractor shall be held responsible for any modification in these insurance requirements as they apply to subcontractors. The Contractor shall maintain certificates of insurance from all subcontractors containing provisions similar to those listed herein (modified to recognize that the certificate is from subcontractor) enumerating, among other things, the waivers of subrogation, additional insured status, and primary liability as required herein, and make them available to the Owner upon request. 7.2 The Contractor is fully responsible for loss and damage to its property on the site, including tools and equipment, and shall take necessary precautions to prevent damage to or vandalism, theft, burglary, pilferage and unexplained disappearance of property. Any insurance covering the Contractor's or its subcontractor's property shall be the Contractor's and its subcontractor's sole and complete means or recovery for any such loss. To the extent any loss is not covered by said insurance or subject to any deductible or co-insurance, the Contractor shall not be reimbursed for same. Should the Contractor or its subcontractors choose to self insure this risk, it is expressly agreed that the Contractor hereby waives, and shall cause its 00700 - C9 I" CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT subcontractors to waive, any claim for damage or loss to said property in favor of the Owner Parties. 8. Use of the Owner's Equipment. The Contractor, its agents, employees, subcontractors or suppliers shall use the Owner's equipment only with express written permission of the Owner's designated representative and in accordance with the Owner's terms and condition for such use. If the Contractor or any of its agents, employees, subcontractors or suppliers utilize any of the Owner's equipment for any purpose, including machinery, tools, scaffolding, hoists, lifts or similar items owned, leased or under the control of the Owner, the Contractor shall defend, indemnify and be liable to the Owner Parties for any and all loss or damage which may arise from such use. 9. Release and Waiver. The Contractor hereby releases, and shall cause its subcontractors to release, the Owner Parties from any and all claims or causes of action whatsoever which the Contractor and/or its subcontractors might otherwise now or hereafter possess resulting in or from or in any way connected with any loss covered by insurance, whether required herein or not, or which should have been covered by insurance required herein, including the deductible and/or uninsured portion thereof, maintained and/or required to be maintained by the Contractor and/or its subcontractors pursuant to this Agreement. 10-2012 00700 - CIO 145 El•! • CITY OF PEARLAND LGPP GENERAL CONDITIONS AND SCOPE OF WORK Section 00770-T ITEM 4L—LGPP GENERAL CONDITIONS AND SCOPE OF WORK J 1. CONTRACT INTENT The intent of the Contract is to describe the completed work to be performed. Furnish materials, supplies, tools, equipment, labor, and other incidentals necessary for the proper prosecution and completion of the work in accordance !1 with Contract documents. 2. PRECONSTRUCTION CONFERENCE Before starting work, schedule and attend a preconstruction conference with the Owner. Failure to schedule and attend a preconstruction conference is not grounds for delaying the beginning of working day charges. Work with the Owner to resolve all issues during the course of the Contract. Refer to 00700 General Conditions, 9.0, and 3.05 "Dispute Resolution," and "Determination of Questions or Disputes" for all unresolved issues. r Li 3. PARTNERING The intent of this Article is to promote an environment of trust, mutual respect, integrity, and fair-dealing between the Owner and the Contractor. Informal partnering does not make use of a facilitator, while formal partnering uses the services of a facilitator(internal or external). 3.1. Procedures for Partnering Meetings and Format. Informal partnering is required, unless formal partnering is mutually agreed to instead of the informal partnering. 3.2. Facilitators. The facilitator is to act as a neutral party seeking to initiate cooperative working relationships. This individual must have the technical knowledge and ability to lead and guide discussions. Choose either an internal or external facilitator. The facilitator must be acceptable to the Engineer. 3.2.1. Internal Facilitators. An Owner or Contractor internal (staff) facilitator may be selected as the facilitator at no additional cost to either party. 3.2.2. External Facilitators. A private firm or individual that is independent of the Contractor and the Owner may be selected as the facilitator. Submit the facilitator's name and estimated fees for approval before contracting with the facilitator. �t 3.3. Meetings and Arrangements. Coordinate with the Engineer for meeting dates and times, locations including third party facilities, and other needs and 06-2018 00770-T 1 of 6 Lt 146 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND SCOPE OF WORK appurtenances, including, but not limited to, audio or visual equipment. Make all meeting arrangements for formal partnering. Use Owner facilities or facilities in the vicinity of the project if available. Submit the estimated meeting costs for approval before finalizing arrangements. Coordinate facilitator discussions before the partnering meeting to allow the facilitator time to prepare an appropriate agenda. Prepare a list of attendees with job titles and include critical Contractor, subcontractor, and supplier staff in the list. Provide the facilitator the list of attendees and invite the attendees listed, The Owner will invite and provide a list of attendees that includes, but is not limited to, Owner, TxDOT, other local governments, law enforcement, railroad, and utility representatives. Participate in additional partnering meetings as mutually agreed. 3.4. Payment. Expenses for labor, Contractor equipment, or overhead will not be allowed. Markups as prescribed in Article 9.7., "Payment for Extra Work and Force Account Method," will not be allowed. Informal partnering will be conducted with each party responsible for their own costs. For formal partnering using internal facilitators, the Contractor will be responsible for arrangements and for expenses incurred by its internal facilitator, including, but not limited to, meals, travel, and lodging. Owner facilitators, if available, may be used at no additional cost. For formal partnering using external facilitators, submit an invoice to the Engineer for reimbursement. The Owner will reimburse the Contractor for half of the eligible expenses as approved. For external facilitators not approved by the Owner but used at the Contractor's option, the Contractor will be responsible for all costs of the external facilitator. For meeting facilities and appurtenances, submit an invoice to the Engineer for reimbursement. The Owner will reimburse the Contractor for half of the eligible expenses as approved. 4. CHANGES IN THE WORK 06-2018 The Engineer reserves the right to make changes in the work including addition, reduction, or elimination of quantities and alterations needed to complete the Contract. Perform the work as altered. These changes will not invalidate the Contract nor release the Surety. The Contractor is responsible for notifying the sureties of any changes to the Contract. If the changes in quantities or the alterations do not significantly change the character of the work under the Contract, the altered work will be paid for at the 00770-T 2 of 6 147 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND SCOPE OF WORK 06-2018 Contract unit price. If the changes in quantities or the alterations significantly change the character of the work, the Contract will be amended by a change order. If no unit prices exist, this will be considered extra work and the Contract will be amended by a change order. Provide cost justification as requested, in an acceptable format. Payment will not be made for anticipated profits on work that is eliminated. Agree on the scope of work and the basis of payment for the change order before beginning the work. If there is no agreement, the Engineer may order the work to proceed under Article 9.7., "Payment for Extra Work and Force Account Method," or by making an interim adjustment to the Contract. In the case of an adjustment, the Engineer will consider modifying the compensation after the work is performed. A significant change in the character of the work occurs when: ■ the character of the work for any item as altered differs materially in kind or nature from that in the Contract or ■ a major item of work varies by more or less than 25% from the original Contract quantity. When the quantity of work to be done under any major item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. When the quantity of work to be done under any major item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. When mutually agreed, the unit price may be adjusted by multiplying the Contract unit price by the factor in Table 1. If an adjusted unit price cannot be agreed upon, the Engineer may determine the unit price by multiplying the Contract unit price by the factor in Table 1. Table 1 Ouantitv-Based Price Adiustment Factors % of Original Quantity Factor > 50 and < 75 1.05 >25 and <50 1.15 < 25 1.25 If the changes require additional working days to complete the Contract, Contract working days will be adjusted in accordance with Item 8, "Prosecution and Progress." 00770-T 3 of 6 148 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND SCOPE OF WORK 5. DIFFERING SITE CONDITIONS During the progress of the work, differing subsurface or latent physical conditions may be encountered at the site. The 2 types of differing site conditions are defined as: ■ those that differ materially from those indicated in the Contract and ■ unknown physical conditions of an unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the Contract. Notify the Engineer in writing when differing site conditions are encountered. The Engineer will notify the Contractor when the Owner discovers differing site conditions. Unless directed otherwise, do not work on the affected items and leave the site undisturbed. The Engineer will investigate the conditions and determine whether differing site conditions exist. If the differing site conditions cause an increase or decrease in the cost or number of working days specified for the performance of the Contract, the Engineer will make adjustments, excluding the loss of anticipated profits, in accordance with the Contract. Additional compensation will be made only if the required written notice has been provided. 6. REQUESTS FOR ADDITIONAL COMPENSATION 06-2018 Notify the Engineer in writing of any intent to request additional compensation once there is knowledge of the basis for the request. An assessment of damages is not required to be part of this notice but is desirable. The intent of the written notice requirement is to provide the Owner an opportunity to evaluate the request and to keep an accurate account of the actual costs that may arise. Minimize impacts and costs. If written notice is not given, the Contractor waives the right to additional compensation unless the circumstances could have reasonably prevented the Contractor from knowing the cost impact before performing the work. Notice of the request and the documentation of the costs will not be construed as proof or substantiation of the validity of the request. Submit the request in enough detail to enable the Owner to determine the basis for entitlement, adjustment in the number of working days specified in the Contract, and compensation. Refer to 00700 7.0 Extra Work and Claims. The Owner will not consider fees and interest on requests for additional compensation. Fees include, but are not limited to: preparation, attorney, printing, shipping, and various other fees. Damages occur when impacts that are the responsibility of the Owner result in additional costs to the Contractor that could not have been reasonably anticipated at the time of letting. Costs of performing additional work are not considered damages. For Contractor damages, the intent is to reimburse the Contractor for actual expenses arising out of a compensable impact. No profit or markups, other 00770-T 4 of 6 149 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND SCOPE OF WORK than labor burden, will be allowed. For damages, labor burden will be reimbursed at 35% unless the Contractor can justify higher actual cost. Justification for a higher percentage must be in accordance with the methodology provided by the Owner, submitted separately for project overhead labor and direct labor, and determined and submitted by a Certified Public Accountant (CPA). Submit CPA - prepared labor burden rates directly to the Owner. If the Contractor requests compensation for delay damages and the delay is determined to be compensable, then standby equipment costs and project overhead compensation will be based on the duration of the compensable delay and will be limited as follows: 6.1. Standby Equipment Costs. Payment will be made in accordance with Section 9.7.1.4.3., "Standby Equipment Costs." 6.2. Project Overhead. Project overhead is defined as the administrative and supervisory expenses incurred at the work locations. When delay to project completion occurs, reimbursement for project overhead for the Contractor will be made using the following options: ■ reimbursed at 6% (computed as daily cost by dividing 6% of the original Contract amount by the number of original Contract work days), or ■ actual documented costs for the impacted period. Project overhead for delays impacting subcontractors will be determined from actual documented costs submitted by the Contractor. Time extensions and suspensions alone will not be justification for reimbursement for project overhead. 6.3. Home Office Overhead. The Owner will not compensate the Contractor for home office overhead. 7. DISPUTE OR CLAIMS PROCEDURE 06-2018 The dispute resolution policy promotes a cooperative attitude between the Engineer and Contractor. Emphasis is placed on resolving issues while they are still current, at the project office, and in an informal manner. Open sharing of information is encouraged by all parties involved so the information provided completely and accurately reflects the issues and facts. If information is not shared, decisions may be limited to relying on the documentation that is available for review. The Owners' goal is to have a dispute settled by the Engineer before elevating it as a claim. If the Contractor desires to take exception to any direction or instruction given by the Engineer, follow the procedures as outlined in Section 00700, Article 7.07 Time of Filing Claims. 00770-T 5 of 6 150 CITY OFPEARLAND LGPP GENERAL CONDITIONS AND SCOPE OF WORK 1Q.=1111:? If a dispute cannot be resolved, follow the procedures as outlined in Section 00700 Article 9.0 Dispute Resolution. 00770-T 6 of 6 151 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK Section 00780-T 5L — LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK 1. AUTHORITY OF ENGINEER The Engineer has the authority to observe, test, inspect, approve, and accept the work on behalf of the Owner. The Engineer decides all questions about the quality and acceptability of materials, work performed, work progress, Contract interpretations, and acceptable Contract fulfillment. The Engineer has the authority to enforce and make effective these decisions. The Engineer acts as a referee in all questions arising under the terms of the Contract. The Engineer's decisions will be final and binding. 2. PLANS AND WORKING DRAWINGS 06-2018 When required, provide working drawings to supplement the plans with all necessary details not included on the Contract plans. Prepare and furnish working drawings in a timely manner and obtain approval, if required, before the beginning of the associated work. For all working drawing submittal requirements, the Engineer may allow electronic and other alternative submission procedures. Have a licensed professional engineer sign, seal, and date the working drawings as indicated in Table 1. Prepare working drawings using United States standard measures in the English language. The routing of submittals for review and approval will be established at the preconstruction conference. The Contractor is responsible for the accuracy, coordination, and conformity of the various components and details of the working drawings. Owner approval of the Contractor's working drawings will not relieve the Contractor of any responsibility under the Contract. The work performed under this article will not be measured or paid for directly but will be subsidiary to pertinent items. 00780-T 1 of 8 152 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK Table 1 Signature and Approval Re uirements for Working Drawings 1. The Engineer may require that the Contractor have a licensed professional engineer certify that the temporary works are constructed according to the sealed drawings. 2. Approval is required for items spanning over live traffic or where safety of the traveling public is affected, in the opinion of the Engineer. 3. CONFORMITY WITH PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS 06-2018 Furnish materials and perform work in reasonably close conformity with the lines, grades, cross-sections, dimensions, details, gradations, physical and chemical characteristics of materials, and other requirements shown in the Contract (including additional plans for non -site-specific work). Reasonably close conformity limits will be as defined in the respective items of the Contract or, if not defined, as determined by the Engineer. Obtain approval before deviating 00780-T 2 of 8 153 Requires Licensed Professional Requires Working Drawings For Engineer's Owner Signature, Seal, Approval and Date 1. Alternate or optional designs submitted by Yes Yes Contractor 2. Supplementary shop and No See fabrication drawings for unless required applicable structural Items on the plans Item 3. Contractor -proposed temporary facilities that yes Yes affect the public safety, not included on the plans Bridges, retaining Yes 4. Form walls, and unless otherwise No' and other major shown on the plans falsework structures Minor No details unless otherwise No structures shown on the plans 5. Erection drawings Yes No 1,2 6. Contractor -proposed major modifications to Yes Yes traffic control plan 1. The Engineer may require that the Contractor have a licensed professional engineer certify that the temporary works are constructed according to the sealed drawings. 2. Approval is required for items spanning over live traffic or where safety of the traveling public is affected, in the opinion of the Engineer. 3. CONFORMITY WITH PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS 06-2018 Furnish materials and perform work in reasonably close conformity with the lines, grades, cross-sections, dimensions, details, gradations, physical and chemical characteristics of materials, and other requirements shown in the Contract (including additional plans for non -site-specific work). Reasonably close conformity limits will be as defined in the respective items of the Contract or, if not defined, as determined by the Engineer. Obtain approval before deviating 00780-T 2 of 8 153 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK from the plans and approved working drawings. Do not perform work beyond the lines and grades shown on the plans or any extra work without the Engineer's approval. Work performed beyond the lines and grades shown on the plans or any extra work performed without approval is considered unauthorized and excluded from pay consideration. The Owner will not pay for material rejected due to improper fabrication, excess quantity, or any other reasons within the Contractor's control. 3.1. Acceptance of Defective or Unauthorized Work. When work fails to meet Contract requirements, but is adequate to serve the design purpose, the Engineer will decide the extent to which the work will be accepted and remain in place. The Engineer will document the basis of acceptance by a letter and may adjust the Contract price. 3.2. Correction of Defective or Unauthorized Work. When work fails to meet Contract requirements and is inadequate to serve the design purpose it will be considered defective. Correct, or remove and replace, the work at the Contractor's expense, as directed. The Engineer has the authority to correct or to remove and replace defective or unauthorized work. The cost may be deducted from any money due or to become due to the Contractor. 4. COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS 06-2018 The specifications, accompanying plans (including additional plans for non -site- specific work), special provisions, change orders, and supplemental agreements are intended to work together and be interpreted as a whole. Numerical dimensions govern over scaled dimensions. Special provisions govern over plans (including general notes), which govern over standard specifications and special specifications. Job -specific plan sheets govern over standard plan sheets. However, in the case of conflict between plans (including general notes) and specifications regarding responsibilities for hazardous materials and traffic control in Items 1L through 9L and Item 502, "Barricades, Signs, and Traffic Handling," special provisions govern over standard specifications and special specifications, which govern over the plans. Notify the Engineer promptly of any omissions, errors, or discrepancies discovered so that necessary corrections and interpretations can be made. Failure to promptly notify the Engineer will constitute a waiver of all claims for misunderstandings or ambiguities that result from the errors, omissions, or discrepancies discovered. 00780-T 3 of 8 154 CITY OFPEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK 5. COOPERATION OF CONTRACTOR Cooperate with the Engineer. Respond promptly to instructions from the Engineer. Provide all information necessary to administer the Contract. Designate in writing a competent, English-speaking Superintendent employed by the Contractor. The Superintendent must be experienced with the work being performed and capable of reading and understanding the Contract. Ensure the Superintendent is available at all times and able to receive instructions from the Engineer or authorized Owner representatives and to act for the Contractor. The Engineer may suspend work without suspending working day charges if a Superintendent is not available or does not meet the above criteria. At the written request of the Engineer, immediately remove from the project any employee or representative of the Contractor or a subcontractor who, in the opinion of the Engineer, does not perform work in a proper and skillful manner or who is disrespectful, intemperate, disorderly, uncooperative, or otherwise objectionable. Do not reinstate these individuals without the written consent of the Engineer. Furnish suitable machinery, equipment, and construction forces for the proper prosecution of the work. Provide adequate lighting to address quality requirements and inspection of nighttime work. The Engineer may suspend the work without suspending working day charges until the Contractor complies with this requirement. All work associated with fulfilling this requirement is subsidiary to the various items of the Contract and no direct compensation will be made. 6. COOPERATING WITH UTILITIES 06-2018 Use established safety practices when working near utilities. Consult with the appropriate utilities before beginning work. Notify the Engineer immediately of utility conflicts. The Engineer will decide whether to adjust utilities or adjust the work to eliminate or lessen the conflict. Unless otherwise shown on the plans, the Engineer will make necessary arrangements with the utility owner when utility adjustments are required. Use work procedures that protect utilities or appurtenances that remain in place during construction. Cooperate with utilities to remove and rearrange utilities to avoid service interruption or duplicate work by the utilities. Allow utilities access to the right of way. Immediately notify the appropriate utility of service interruptions resulting from damage due to construction activities. Cooperate with utilities until service is 00780-T 4 of 8 155 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK restored. Maintain access to active fire hydrants at all times unless approved by the Engineer. 7. COOPERATION BETWEEN CONTRACTORS Cooperate and coordinate with other Contractors working within the limits or adjacent to the limits. 8. COOPERATION WITH RAILROADS Plan and prosecute portions of the work involving a railway to avoid interference with or hindrance to the railroad company. If the work is on railroad right of way, do not interfere with the operation of the railroad company's trains or other property. 8.1. Project -Specific Information. Refer to project -specific plan sheets in the Contract for specific information concerning the work to be completed by both the Contractor and the railroad within railroad right of way; railroad right of way locations impacted by construction; percentage of Contract work at each location; train movements at each location; and requirements for railroad insurance, flagging, and Right of Entry (ROE) Agreements. 8.2. Right of Entry Agreement (if required). The process for obtaining a fully executed ROE Agreement will be as follows: ■ The Owner will send the unexecuted ROE Agreement to the Contractor with the unexecuted construction Contract. ■ Partially execute the ROE Agreement and return it to the Department with the required insurance attached. ■ The Owner will coordinate with the railroad company regarding the further execution of the ROE Agreement and associated fees. The Owner will pay any ROE Agreement fees directly to the railroad company. ■ Once the Owner has received the fully -executed ROE Agreement from the railroad company, the Owner will forward the fully -executed ROE Agreement to the Contractor. 9. CONSTRUCTION SURVEYING 06-2018 Use Method A unless otherwise specified in the Contract. Upon request, the Engineer will allow the Contractor to copy available earthwork cross-sections, computer printouts or data files, and other information necessary to establish and control work. Maintain the integrity of control points. Preserve all control points, stakes, marks, and right of way markers. Assume cost and responsibility of replacing disturbed control points, stakes, marks, and right of way markers 00780-T 5 of 8 156 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK damaged by the Contractor's or its subcontractor operations. If the Owner repairs disturbed control points, stakes, marks, or right of way markers, the cost of repair may be deducted from money due or to become due to the Contractor. Replace right of way markers under the direction of a RPLS. This work will be subsidiary to pertinent items. The Engineer reserves the right to make measurements and surveys to determine the accuracy of the work and determine pay quantities. The Engineer's measurements and surveys do not relieve the Contractor's responsibility for accuracy of work. Allow the Engineer adequate time to verify the surveying. 9.1. Method A. The Engineer will set control points for establishing lines, slopes, grades, and centerlines and for providing both vertical and horizontal control. At a minimum, provide a controlling pair of monument points at both the beginning and end of construction project for projects less than 2 miles in length. For projects greater than 2 miles in length, monuments will be set in pairs of 2 at a minimum of 2 miles based on the overall length of the project. Use these control points as reference to perform the work. Furnish materials, equipment, and qualified workforce necessary for the construction survey work. Place construction points, stakes, and marks at intervals sufficient to control work to established tolerances. Place construction stakes at intervals of no more than 100 ft., or as directed. Place stakes and marks so as not to interfere with normal maintenance operations. 9.2. Method B. The Engineer will set adequate control points, stakes, and marks to establish lines, slopes, grades, and centerlines. Furnish additional work, stakes, materials, and templates necessary for marking and maintaining points and lines. 9.3. Method C. Set adequate control points, stakes, and marks to establish lines, slopes, grades, and centerlines. 10. INSPECTION 06-2018 Inspectors are authorized representatives of the Engineer. Inspectors are authorized to examine all work performed and materials furnished, including preparation, fabrication, and material manufacture. Inspectors inform the Contractor of failures to meet Contract requirements. Inspectors may reject work or materials and may suspend work until any issues can be referred to and decided by the Engineer. Inspectors cannot alter, add, or waive Contract provisions, issue instructions contrary to the Contract, act as foremen for the Contractor, or interfere with the management of the work. Inspection, or lack of inspection, will not relieve the Contractor from obligation to provide materials or perform the work in accordance with the Contract. 00780-T 6 of 8 157 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK Provide safe access to all parts of the work and provide information and assistance to the Engineer to allow a complete and detailed inspection. Give the Engineer sufficient notice to inspect the work. Work performed without suitable inspection, as determined by the Engineer, may be ordered removed and replaced at Contractor's expense. Remove or uncover portions of finished work as directed. Once inspected, restore work to Contract requirements. When a government entity, utility, railroad company, or other entity accepts or pays a portion of the Contract, that organization's representatives may inspect the work but cannot direct the Contractor. The right of inspection does not make that entity a party to the Contract and does not interfere with the rights of the parties to the Contract. 11. FINAL CLEANUP Upon completion of the work, remove litter, debris, objectionable material, temporary structures, excess materials, and equipment from the work locations. Clean and restore property damaged by the Contractor's operations during the prosecution of the work. Leave the work locations in a neat and presentable condition. This work will not be paid for directly but will be considered subsidiary to items of the Contract. Remove from the right of way cofferdams, construction buildings, material and fabrication plants, temporary structures, excess materials, and debris resulting from construction. Where work is in a stream, remove debris to the ground line of the bed of the stream. Leave stream channels and rights of way in a neat and presentable condition. Clean structures to the flow line or the elevation of the outfall channel, whichever is higher. Dispose of all excess material in accordance with federal, state, and local regulations. 12. FINAL ACCEPTANCE 12.1. Final acceptance is made when all work is complete and the Engineer, in writing, accepts all work for the work locations in the Contract. 12.1.1. Work Completed. Work completed must include work for vegetative establishment and maintenance, test, and performance periods and work to meet the requirements of Article 5.11., "Final Cleanup." 12.1.2. Final Inspection. After all work is complete, the Contractor will request a final inspection by the Engineer authorized to accept the work. The final inspection will be made as soon as possible, and not later than 10 calendar days after the request. No working day charges will be made between the date of request and final inspection. 00780-T 7 of 8 158 CITY OF PEARLAND LGPP GENERAL CONDITIONS AND CONTROL OF THE WORK After the final inspection, if the work is satisfactory, the Engineer will notify the Contractor in writing of the final acceptance of the work. If the final inspection finds any work to be unsatisfactory, the Engineer will identify in writing all deficiencies in the work requiring correction. Correct the deficiencies identified. Working day charges will resume if these deficiencies are not corrected within 7 calendar days, unless otherwise approved. Upon correction, the Engineer will make an inspection to verify that all deficiencies were corrected satisfactorily. The Engineer will provide written notice of the final acceptance. 12.1.3.. Final Measurement. Final measurements and pay quantity adjustments may be made after final acceptance. 12.1.4. Removal of Traffic Control Devices. Remove construction traffic control Idevices and advance warning signs upon final acceptance or as directed. 06-2018 00780-T 8 of 8 159 CITY OF PEARLAND LGPP CONTROL OF MATERIALS Section 00790-T ITEM 6L — LGPP CONTROL OF MATERIALS 1. SOURCE CONTROL Use only materials that meet Contract requirements. Unless otherwise specified or approved, use new materials for the work. Secure the Engineer's approval of the proposed source of materials to be used before their delivery. Materials can be approved at a supply source or staging area but may be reinspected at the project site in accordance with Article 6.4., "Sampling, Testing and Inspection." 1.1. Buy America. Comply with the latest provisions of Buy America as listed at 23 CFR 635.410. Use steel or iron materials manufactured in the United States except when: ■ the cost of materials, including delivery, does not exceed 0.1 % of the total Contract cost or $2,500, whichever is greater; ■ the Contract contains a replacement alternate item for a foreign source steel or iron product and the Contract is awarded based on the replacement alternate item; or ■ the materials are temporarily installed. Provide a notarized original of the TxDOT FORM D -9 -USA -1 (or equivalent) with the proper attachments for verification of compliance. Manufacturing is any process that modifies the chemical content, physical shape or size, or final finish of a product. Manufacturing begins with initial melting and mixing and continues through fabrication (cutting, drilling, welding, bending, etc.) and coating (paint, galvanizing, epoxy, etc.). 1.2. Convict Produced Materials. Materials produced by convict labor may only be incorporated in the work if such materials have been: ■ produced by convicts who are on parole, supervised release, or probation from prison; or ■ produced in a qualified prison facility. A "qualified prison facility" means any prison facility in which convicts, during the 12 -month period ending July 1, 1987, produced materials for use in federal - aid highway construction projects. 2. MATERIAL QUALITY 06-2018 Correct or remove materials that fail to meet Contract requirements or that do not produce satisfactory results. Reimburse the Owner for cost incurred if additional sampling and testing is required by a change of source. 00790-T 1 of 6 160 CITY OF PEARLAND LGPP CONTROL OF MATERIALS Materials not meeting Contract requirements will be rejected, unless the Engineer approves corrective actions. Upon rejection, immediately remove and replace rejected materials. If the Contractor does not comply with this article, the Owner may have defective material removed and replaced. The cost of testing, removal, and replacement will be deducted from the estimate. 3. MANUFACTURER WARRANTIES Transfer to the Owner warranties and guarantees required by the Contract or received as part of normal trade practice. 4. SAMPLING, TESTING, AND INSPECTION Incorporate into the work only material that has been inspected, tested, and accepted by the Engineer. Remove, at the Contractor's expense, materials from the work locations that are used without prior testing and approval or written permission. Unless otherwise mutually agreed, the material requirements and standard test methods in effect at the time the proposed Contract is advertised govern. Unless otherwise noted, the Engineer will perform testing at Owner's expense. In addition to facilities and equipment required by the Contract, furnish facilities and calibrated equipment required for tests to control the manufacture of construction items. If requested, provide a complete written statement of the origin, composition, and manufacture of materials. All materials used are subject to inspection or testing at any time during preparation or use. Material which has been tested and approved at a supply source or staging area may be reinspected or tested before or during incorporation into the work, and rejected if it does not meet Contract requirements. Copies of test results are to be made available upon request. Do not use material that, after approval, becomes unfit for use. Unless otherwise noted in the Contract, all testing must be performed within the United States and witnessed by the Engineer. If materials or processes require testing outside the contiguous 48 United States, reimburse the Owner for inspection expenses. 5. PLANT INSPECTION AND TESTING 06-2018 The Engineer may, but is not obligated to, inspect materials at the acquisition or manufacturing source. Material samples will be obtained and tested for compliance with quality requirements. 00790-T 2 of 6 161 7 CITY OF PEARLAND LGPP CONTROL OF MATERIALS If inspection is at the plant, meet the following conditions unless otherwise specified: [7, • Cooperate fully and assist the Engineer during the inspection. • Ensure the Engineer has full access to all parts of the plant used to manufacture or produce materials. L'• • In accordance with pertinent items and the Contract, provide a facility at the plant for use by the Engineer as an office or laboratory. • Provide and maintain adequate safety measures and restroom facilities. ■ Furnish and calibrate scales, measuring devices, and other necessary equipment. The Engineer may provide inspection for periods other than daylight hours if: ■ continuous production of materials for Owner use is necessary due to the production volume being handled at the plant, and ■ the lighting is adequate to allow satisfactory inspection. 6. STORAGE OF MAT ERIALS • Store and handle materials to preserve their quality and fitness for the work. Store materials so that they can be easily inspected and retested. Place materials under cover, on wooden platforms, or on other hard, clean surfaces as necessary or when directed. Obtain approval to store materials on the right of way. Storage space off the right FTC of way is at the Contractor's expense. L 7. OWNER-FURNISHED MATERIAL The Owner will supply materials as shown in the Contract documents. The cost of handling and placing materials supplied by the Owner will not be paid for directly but is subsidiary to the item in which they are used. Assume responsibility for materials upon receipt. r8. USE OF MATERIALS FOUND ON THE RIGHT OF WAY Material found in the excavation areas and meeting the Owner's specifications may be used in the work. This material will be paid for at the Contract bid price for excavation and under the item for which the material is used. fl Do not excavate or remove any material from within the right of way that is not within the limits of the excavation without written permission. If excavation is allowed within a right of way project-specific location (PSL), replace the removed tri material with suitable material at no cost to the Owner as directed. 1.1 06-2018 00790-T 3 of 6 162 CITY OF PEARLAND LGPP CONTROL OF MATERIALS 9. RECYCLED MATERIALS FThe Owner will not allow hazardous wastes, as defined in 30 TAC 335, proposed for recycling to be used on the project. Use nonhazardous recyclable materials (NRMs) only if the specification for the item does not disallow or restrict use. Determine if NRMs are regulated under 30 TAC 312, 330, 332, 334, or 335, and comply with all general prohibitions and requirements. Use NRMs in accordance with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," and furnish all documentation required by that specification. 10. HAZARDOUS MATERIALS Use materials that are free of hazardous materials as defined in Specification 00110-T, ITEM 1L—LGPP Abbreviations and Defmitions Supplement. Notify the Engineer immediately when a visual observation or odor indicates that materials in required material sources or on sites owned or controlled by the owner may contain hazardous materials. Except when the contract includes bid items for the contractor to remove hazardous materials, the Engineer is responsible for testing and removing or disposing of hazardous materials not introduced by the Contractor on sites owned or controlled by the Owner as indicated below. The plans will indicate locations where paint on steel is suspected to contain hazardous materials and where regulated asbestos containing materials have been found. The Engineer may suspend work wholly or in part during the testing, removal, or disposition of hazardous materials on sites owned or controlled by the Owner, except in the case of when the contract includes removing and disposing of hazardous materials. 11 L+ When a visual observation or odor indicates that materials delivered to the work locations by the Contractor may contain hazardous materials, have an approved commercial laboratory test the materials for contamination. Remove, remediate, I ' and dispose of any of these materials found to be contaminated. Testing, removal, and disposition of hazardous materials introduced onto the work locations by the '' Contractor will be at the Contractor's expense. Working day charges will not be suspended and extensions of working days will not be granted for activities related to handling hazardous material delivered by the Contractor. 10.1. Painted Steel Requirements. Paint containing hazardous materials will be • removed as shown on the plans. 10.1.1. Paint Removed by Third Party. The Owner may provide a third party to remove paint containing hazardous materials where paint must be removed to perform fl work or to allow dismantling of the steel. L 06-2018 00790-T 4 of 6 163 CITY OF PEARLAND LGPP CONTROL OF MATERIALS 10.1.2. Paint Removed by the Contractor. This work may only be performed by a firm or company with one of the following certifications: ■ SSPC-QP2 certification for lead painting operations, or ■ Certified Lead Firm by the Texas Department of State Health Services. Maintain certification for the duration of the work. Provide copies of audits or certification if requested. Comply with worker and public safety regulations, including, but not limited to, OSHA 29 CFR Parts 1910.1025, 1926.62, and 1926.63. Monitor permissible exposure limits in accordance with OSHA requirements. Remove paint containing hazardous materials from designated areas shown on the plans or as directed. Comply with access limitations shown on the plans. Provide power hand tools, equipped with high -efficiency particulate air filter vacuums to mechanically remove paint. Contain, collect, store, transport, and dispose of all waste generated by cleaning operation in accordance with local, state, and federal requirements including 40 CFR 302. Properly characterize and dispose of all wastes. Manage any hazardous wastes in accordance with regulatory requirements and dispose in a facility authorized to accept such wastes. Provide copies of disposal manifests. The work performed, materials furnished, equipment, labor, tools, and incidentals will be paid for in accordance with Item 446, "Field Cleaning and Painting Steel." 10.2. Removal and Disposal of Painted Steel. Painted steel will be disposed of at a steel recycling or smelting facility unless otherwise shown on the plans. If the paint contains hazardous materials, maintain and make available to the Engineer invoices and other records obtained from the facility showing the received weight of the steel and the facility name. For steel that is dismantled by unbolting, no paint stripping will be required. Use care to not damage existing paint. When dismantling is performed using flame or saw -cutting methods to remove steel elements coated with paint containing hazardous materials, the plans will show stripping locations. The work provided, materials furnished, equipment, labor, tools, and incidentals will be paid for in accordance with Item 496, "Removing Structures," and Item 497, "Sale of Salvageable Material." 10.3. Asbestos Requirements. The plans will indicate locations or elements where asbestos containing materials (ACM) have been found. At locations where previously unknown ACM has been found, the Owner will arrange for abatement by a third party. For work at these locations, notify the Engineer of proposed dates 00790-T 5 of 6 164 CITY OF PEARLAND LGPP CONTROL OF MATERIALS of demolition or removal of structural elements with ACM at least 60 days before work is to begin to allow the Owner enough time to abate the asbestos. 10.4. Work Performed by a Third Party. When the work for removal of paint or asbestos abatement is to be provided by a third party, coordinate and cooperate with the third party and the Owner. Continue other work detailed on the plans not directly involved in the paint removal or asbestos abatement work. Provide notice to the Owner regarding the progress of the work to allow the Owner enough time to schedule the third party work. 11. SURPLUS MATERIALS 06-2018 Take ownership of surplus materials unless otherwise shown on the plans or as directed by the Engineer. Remove and dispose of materials in accordance with federal, state, and local regulations. If requested, provide an appropriate level of documentation to verify proper disposal. When materials are disposed of on private property, provide written authorization from the property owner for the use of the property for this purpose upon request. 00790-T 6 of 6 165 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES Section 00795-T ITEM 7L — LGPP LEGAL RELATIONS AND RESPONSIBILITIES 1. SAFETY 1.1. Point of Contact. Designate a Contractor Safety Point of Contact (CSPOC). The Owner will assign an Owner employee for their point of contact designated as Owner's Safety Point of Contact OSPOC. The CSPOC will ensure that the Contractor's and Subcontractor's employees' use the appropriate personal protection equipment (hard hats, safety vests, protective toe footwear, etc.). The CSPOC will ensure that crew leaders and foremen (including subcontractors) have attended the required training. 1.2. Safety Preconstruction Meeting. In cooperation with the Engineer, schedule and attend a safety preconstruction meeting (may be a part of the preconstruction conference in Article 4.2., "Preconstruction Conference." Attendees for this safety preconstruction meeting will be: ■ the Contractor," ■ subcontractors, ■ Owner, ■ local law enforcement, and ■ other personnel that play an active role on the project. 1.3. Public Safety and Convenience. Ensure the safety and convenience of the public and property as provided in the Contract and as directed by the Engineer. Keep existing roadways open to traffic or construct and maintain detours and temporary structures for safe public travel. Manage construction to minimize disruption to traffic. Maintain the roadway in a good and passable condition, including proper drainage and provide for ingress and egress to adjacent property. Store all equipment not in use in a manner and at locations that will not interfere with the safe passage of traffic. Provide qualified flaggers in accordance with Item 502.2.2., "Flaggers," for the safety and convenience of the traveling public and workers, as directed. If the Engineer determines that any of the requirements of this article have not been met, the Engineer may take any necessary corrective action. This will not change the legal responsibilities set forth in the Contract. The cost to the Owner for this work will be deducted from any money due or to become due to the Contractor. 1.4. Use of Blue Warning Lights. Texas Transportation Code 547.105 authorizes the use of warning lights to promote safety and provides an effective means -of 06-2018 00795-T 1 of 13 166 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES gaining the travelling public's attention as they drive in areas where construction crews are present. In order to influence the public to move over when high risk construction activities are taking place, minimize the utilization of blue warning lights. These lights must be used only while performing work on or near the travel lanes or shoulder where the travelling public encounters construction crews that are not protected by a standard work zone set up such as a lane closure, shoulder closure, or one-way traffic control. Refrain from leaving the warning lights engaged while travelling from one work location to another or while parked on the right of way away from the pavement or a work zone. 1.5. Barricades, Warning and Detour Signs, and Traffic Handling. Provide, install, move, replace, maintain, clean, and remove all traffic control devices in accordance with the traffic control devices specifications and as shown on the plans and as directed. If details are not shown on the plans, provide devices and work in accordance with the TMUTCD and as directed by the Engineer. When authorized or directed by the Engineer, provide additional signs or traffic control devices not required by the plans. If an unexpected situation arises that causes the Contractor to believe that the traffic control should be changed, make all reasonable efforts to promptly contact the Engineer. Take prudent actions until the Engineer can be contacted. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, traffic control in accordance with the TMUTCD may be used for minor operations as approved. Removal or relocation of project limit advance warning signs does not imply final acceptance. 2. LAWS TO BE OBSERVED Comply with all federal, state, and local laws, ordinances, and regulations that affect the performance of the work. Indemnify and save harmless the Owner and its representatives against any claim arising from violation by the Contractor of any law, ordinance, or regulation. This Contract is between the Owner and the Contractor only. No person or entity may claim third -party beneficiary status under this Contract or any of its provisions, nor may any non-party sue for personal injuries or property damage under this Contract. 3. PERMITS, LICENSES, AND TAXES 06-2018 Procure all permits and licenses; pay all charges, fees, and taxes; and give all notices necessary and incidental to the due and lawful prosecution of work, except for permits provided by the Owner and as specified in Article 7.6., "Preservation of Cultural and Natural Resources and the Environment." 00795-T 2 of 13 167 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES 4. PATENTED DEVICES, MATERIAL, AND PROCESSES Indemnify and save harmless the Owner from any claims for infringement from the Contractor's use of any patented design, device, material, process, trademark, or copyright selected by the Contractor and used in connection with the work. Indemnify and save harmless the Owner against any costs, expenses, or damages that it may be obliged to pay, by reason of this infringement, at any time during the prosecution or after the completion of the work. 5. PERSONAL LIABILITY OF PUBLIC OFFICIALS Owner employees are agents and representatives of the Owner and will incur no liability, personal or otherwise, in carrying out the provisions of the Contract or in exercising any power or authority granted under the Contract. 6. PRESERVATION OF CULTURAL AND NATURAL RESOURCES AND THE ENVIRONMENT If the Contractor initiates changes to the Contract and the Owner approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agencies. 6.1. Cultural Resources. Cease all work immediately if a site, building, or location of historical, archeological, educational, or scientific interest is discovered within the right of way. The site, building, or location will be investigated and evaluated by the Owner. 6.2. Texas Pollutant Discharge Elimination System (TPDES) Permits and Storm Water Pollution Prevention Plans (SWP3). The Contractor will file the Notice of Intent (NOI) and the Notice of Termination (NOT) for work shown on the plans in the right of way. Adhere to all requirements of the SWP3. 6.3. Work in Waters of the United States. For work in the right of way, the Owner will obtain any required Section 404 permits from the U.S. Army Corps of Engineers before work begins. Adhere to all agreements, mitigation plans, and standard best management practices required by the permit. When Contractor - initiated changes in the construction method changes the impacts to waters of the U.S., obtain new or revised Section 404 permits. 6.4. Work in Navigable Waters of the United States. For work in the right of way, the Owner will obtain any required Section 9 permits from the U.S. Coast Guard before work begins. Adhere to the stipulations of the permits and associated best management practices. When Contractor -initiated changes in the construction method changes the impacts to navigable waters of the U.S., obtain new or revised Section 9 permits. 06-2018 00795-T 3 of 13 T��7 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES 6.5. Work Over the Recharge or Contributing Zone of Protected Aquifers. Make every reasonable effort to minimize the degradation of water quality resulting from impacts relating to work over the recharge or contributing zones of protected aquifers, as defined and delineated by the TCEQ. Use best management practices and perform work in accordance with Contract requirements. 6.6. Project -Specific Locations. For all project -specific locations (PSLs) on or off the right of way (material sources, waste sites, parking areas, storage areas, field offices, staging areas, haul roads, etc.), signing the Contract certifies compliance with all applicable laws, rules, and regulations pertaining to the preservation of cultural resources, natural resources, and the environment as issued by the following or other agencies: ■ Occupational Safety and Health Administration, ■ Texas Commission on Environmental Quality, ■ Texas Department of Transportation, ■ Texas Historical Commission, ■ Texas Parks and Wildlife Department, ■ Texas Railroad Commission, ■ U.S. Army Corps of Engineers, ■ U.S. Department of Energy, ■ U.S. Department of Transportation, ■ U.S. Environmental Protection Agency, ■ U.S. Federal Emergency Management Agency, and ■ U.S. Fish and Wildlife Service. All subcontractors must also comply with applicable environmental laws, rules, regulations, and requirements in the Contract. Maintain documentation of certification activities including environmental consultant reports, Contractor documentation on certification decisions and contacts, and correspondence with the resource agencies. Provide documentation upon request. Obtain written approval from the Engineer for all PSLs in the right of way not specifically addressed on the plans. Prepare an SWP3 for all Contractor facilities, such as asphalt or concrete plants located within public right of way. Comply with all TCEQ permit requirements for portable facilities, such as concrete batch plants, rock crushers, asphalt plants, etc. Address all environmental issues, such as Section 404 permits, wetland delineation, endangered species consultation requirements, or archeological and historic site impacts. Obtain all permits and clearances in advance. 7. AGRICULTURAL IRRIGATION 06-2018 Regulate the sequence of work and make provisions as necessary to provide for agricultural irrigation or drainage during the work. Meet with the Irrigation 00795-T 4 of 13 169 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES District or land owner to determine the proper time and sequence when irrigation demands will permit shutting -off water flows to perform work. Unless otherwise provided on the plans, the work performed under this article will not be measured or paid for directly but will be subsidiary to pertinent items. 8. SANITARY PROVISIONS Provide and maintain adequate, neat, and sanitary toilet accommodations for employees, including Owner employees, in compliance with the requirements and regulations of the Texas Department of Health or other authorities with jurisdiction. 9. ABATEMENT AND MITIGATION OF EXCESSIVE OR UNNECESSARY NOISE Minimize noise throughout all phases of the Contract. Exercise particular and special efforts to avoid the creation of unnecessary noise impact on adjacent noise sensitive receptors in the placement of non-mobile equipment such as air compressors, generators, pumps, etc. Place mobile and stationary equipment to cause the least disruption of normal adjacent activities. All equipment associated with the work must be equipped with components to suppress excessive noise and these components must be maintained in their original operating condition considering normal depreciation. Noise -attenuation devices installed by the manufacturer such as mufflers, engine covers, insulation, etc. must not be removed nor rendered ineffectual nor be permitted to remain off the equipment while the equipment is in use. 10. USING EXPLOSIVES Do not endanger life or property. The contractor is required to submit a written Blasting Plan if required by the plans or requested by the Engineer. The Owner retains the right to reject the blasting plan. Store all explosives securely and clearly mark all storage places with "DANGER — EXPLOSIVES." Store, handle, and use explosives and highly flammable material in compliance with federal, state, and local laws, ordinances, and regulations. Assume liability for property damage, injury, or death resulting from the use of explosives. Give at least a 48 -hr. advance notice to the appropriate Road Master before doing any blasting work involving the use of electric blasting caps within 200 ft. of any railroad track. 11. RESPONSIBILITY FOR HAZARDOUS MATERIALS 06-2018 Indemnify and save harmless the Owner and its agents and employees from all suits, actions, or claims and from all liability and damages for any injury or 00795-T 5 of 13 170 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES damage to any person or property arising from the generation or disposition of hazardous materials introduced by the Contractor on any work done by the Contractor on Owner -owned or controlled sites. Indemnify and save harmless the Owner and its representatives from any liability or responsibility arising out of the Contractor's generation or disposition of any hazardous materials obtained, processed, stored, shipped, etc., on sites not owned or controlled by the Owner. Reimburse the Owner for all payments, fees, or restitution the Owner is required to make as a result of the Contractor's actions. 12. ASBESTOS CONTAINING MATERIAL In Texas, the Department of State Health Services (DSHS), Asbestos Programs Branch, is responsible for administering the requirements of the National Emissions Standards for Hazardous Air Pollutants, 40 CFR, Subpart M (NESHAP) and the Texas Asbestos Health Protection Rules (TAHPR). Based on EPA guidance and regulatory background information, bridges are considered to be a regulated "facility" under NESHAP. Therefore, federal standards for demolition and renovation apply. Provide notice to the Owner of demolition or renovation to the structures listed on the plans at least 30 calendar days before initiating demolition or renovation of each structure or load bearing member. Provide the scheduled start and completion date of structure demolition, renovation, or removal. When demolition, renovation, or removal of load-bearing members is planned for several phases, provide the start and completion dates identified by separate phases. DSHS requires that notifications be postmarked at least 10 working days before initiating demolition or renovation. If the date of actual demolition, renovation, or removal is changed, the Owner will be required to notify DSHS at least 10 days in advance of the work. This notification is also required when a previously scheduled (notification sent to DSHS) demolition, renovation, or removal is delayed. Therefore, if the date of actual demolition, renovation, or removal is changed, provide the Engineer, in writing, the revised dates in enough time to allow for the Owner's notification to DSHS to be postmarked at least 10 days in advance of the actual work. Failure to provide the above information may require the temporary suspension of work under Article 8.4., "Tempo. The Owner retains the right to determine the actual advance notice needed for the change in date to address post office business days and staff availability. 13. RESTORING SURFACES OPENED BY PERMISSION 06-2018 Do not authorize anyone to make an opening in the highway for utilities, drainage, or any other reason without written permission by the Engineer. Repair 00795-T 6 of 13 171 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES all openingsrary Suspension of Work or Working Day Charges," as directed by the Engineer. Payment for repair of surfaces opened by permission will be made in accordance with pertinent items or Article 4.4., "Changes in the Work." Costs associated with openings made with Contractor authorization but without Owner approval will not be paid. 14. PROTECTING ADJACENT PROPERTY Protect adjacent property from damage. If any damage results from an act or omission on the part of or on behalf of the Contractor, take corrective action to restore the damaged property to a condition similar or equal to that existing before the damage was done. 15. RESPONSIBILITY FOR DAMAGE CLAIMS Indemnify and save harmless the Owner and its agents and employees from all suits, actions, or claims and from all liability and damages for any injury or damage to any person or property due to the Contractor's negligence in the performance of the work and from any claims arising or amounts recovered under any laws, including workers' compensation and the Texas Tort Claims Act. Indemnify and save harmless the Owner and assume responsibility for all damages and injury to property of any character occurring during the prosecution of the work resulting from any act, omission, neglect, or misconduct on the Contractor's part in the manner or method of executing the work; from failure to properly execute the work; or from defective work or material. Pipelines and other underground installations that may or may not be shown on the plans may be located within the right of way. Indemnify and save harmless the Owner from any suits or claims resulting from damage by the Contractor's operations to any pipeline or underground installation. Make available the scheduled sequence of work to the respective utility owners so that they may coordinate and schedule adjustments of their utilities that conflict with the proposed work. 16. HAULING AND LOADS ON ROADWAYS AND STRUCTURES 06-2018 Comply with federal and state laws concerning legal gross and axle weights. Except for the designated Interstate system, vehicles with a valid yearly overweight tolerance permit may haul materials to the work locations at the permitted load. Provide copies of the yearly overweight tolerance permits to the Engineer upon request. Construction equipment is not exempt from oversize or overweight permitting requirements on roadways open to the traveling public. Protect existing bridges and other structures that will remain in use by the traveling public during and after the completion of the Contract. Construction traffic on roadways, bridges, and culverts within the limits of the work, including 00795-T 7 of 13 172 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES any structures under construction that will remain in service during and after completion of the Contract is subject to legal size and weight limitations. Additional temporary fill may be required by the Engineer for hauling purposes for the protection of certain structures. This additional fill will not be paid directly but will be subsidiary. Replace or restore to original condition any structure damaged by the Contractor's operations. The Engineer may allow equipment with oversize or non -divisible overweight loads to operate without a permit within the work locations on pavement structures not open to the traveling public. Submit Contractor -proposed changes to traffic control plans for approval, in accordance with Item 502, "Barricades, Signs, and Traffic Handling." The following sections further address overweight allowances. The Owner will make available to the Contractor any available plans and material reports for existing structures. 16.1. Overweight Construction Traffic Crossing Structures. The Engineer may allow crossing of a structure not open to the public within the work locations, when divisible or non -divisible loads exceed legal weight limitations, including limits for load -posted bridges. Obtain written permission to make these crossings. Submit for approval a structural analysis by a licensed professional engineer indicating that the excessive loads should be allowed. Provide a manufacturer's certificate of equipment weight that includes the weight distribution on the various axles and any additional parts such as counterweights, the configuration of the axles, or other information necessary for the analysis. Submit the structural analysis and supporting documentation sufficiently in advance of the move to allow for review. Permission may be granted if the Engineer finds that no damage or overstresses in excess of those normally allowed for occasional overweight loads will result to structures that will remain in use after Contract completion. Provide temporary matting or other protective measures as directed. Schedule loads so that only one vehicle is on any span or continuous unit at any time. Use barricades, fences, or other positive methods to prevent other vehicular access to structures at any time the overweight load is on any span or continuous unit. 16.2. Construction Equipment Operating on Structures. Cranes and other construction equipment used to perform construction operations that exceed legal weight limits may be allowed on structures. Before any operation that may require placement of equipment on a structure, submit for approval a detailed structural analysis prepared by a licensed professional engineer. 06-2018 Submit the structural analysis and supporting documentation sufficiently in advance of the use to allow for review and approval. Include all axle loads and configurations, spacing of tracks or wheels, tire loads, outrigger placements, 00795-T 8 of 13 173 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES center of gravity, equipment weight, and predicted loads on tires and outriggers for all planned movements, swings, or boom reaches. The analysis must demonstrate that no overstresses will occur in excess of those normally allowed for occasional overweight loads. 16.3. Loads on Structures. Do not store or stockpile material on bridge structures without written permission. If required, submit a structural analysis and supporting documentation by a licensed professional engineer for review. Permission may be granted if the Engineer finds that no damage or overstresses in excess of those normally allowed for occasional overweight loads will result to structures that will remain in use after Contract completion. Provide temporary matting or other protective measures as directed. 16.4. Hauling Divisible Overweight Loads on Pavement Within the Work Locations. The Engineer may allow divisible overweight loads on pavement structures within the work locations not open to the traveling public. Obtain written approval before hauling the overweight loads. Include calculations to demonstrate that there will be no damage or overstress to the pavement structure. 17. CONTRACTOR'S RESPONSIBILITY FOR WORK Until final acceptance of the Contract, take every precaution against injury or damage to any part of the work by the action of the elements or by any other cause, whether arising from the execution or from the nonexecution of the work. Protect all materials to be used in the work at all times, including periods of suspension. When any roadway or portion of the roadway is in suitable condition for travel, it may be opened to traffic as directed. Opening of the roadway to traffic does not constitute final acceptance. Repair damage to all work until final acceptance. Repair damage to existing facilities in accordance with the Contract or as directed. Repair damage to existing facilities or work caused by Contractor operations at the Contractor's expense. Repair work for damage that was not due to the Contractor's operations will not be paid for except as provided below. 17.1. Reimbursable Repair. Except for damage to appurtenances listed in Section 00795T 17.2.1., "Unreimbursed Repair," the Contractor will be reimbursed for repair of damage caused by: ■ motor vehicle, watercraft, aircraft, or railroad -train incident; or ■ vandalism; or ■ Acts of God, such as earthquake, tidal wave, tornado, hurricane, or other cataclysmic phenomena of nature. 06-2018 00795-T 9 of 13 174 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES 17.2. Appurtenances. 17.2.1. Unreimbursed Repair. Reimbursement will not be made for repair of damage to the following temporary appurtenances, regardless of cause: ■ signs, ■ barricades, ■ changeable message signs, and ■ other work zone traffic control devices. Crash cushion attenuators and guardrail end treatments are the exception to the above listing and are to be reimbursed in accordance with Section 00795-T 17.2.2., "Reimbursed Repair." Where the Contractor retains replaced appurtenances after completion of the project, the Owner will limit the reimbursement to the cost that is above the salvage value at the end of the project. 17.2.2. Reimbursed Repair. Reimbursement will be made for repair of damage due to the causes listed in Section 00795-T 17.1., "Reimbursable Repair," to appurtenances (including temporary and permanent crash cushion attenuators and guardrail end treatments). 17.3. Roadways and Structures. Until final acceptance, the Contractor is responsible for all work constructed under the Contract. The Owner will not reimburse the Contractor for repair work to new construction, unless the failure or damage is due to one of the causes listed in Section 00795-T 17.1., "Reimbursable Repair." The Owner will be responsible for the cost for repair of damage to existing roadways and structures not caused by the Contractor's operations. 17.4. Detours. The Contractor will be responsible for the cost of maintenance of detours constructed under the Contract, unless the failure or damage is due to one of the causes listed in Section 00795-T 17.1., "Reimbursable Repair." The Engineer may consider failures beyond the Contractor's control when determining reimbursement for repairs to detours constructed. The Owner will be responsible for the cost of maintenance of existing streets and roadways used for detours or handling traffic. 17.5. Relief from Maintenance. The Engineer may relieve the Contractor from responsibility of maintenance as outlined in this section. This relief does not release the Contractor from responsibility for defective materials or work or constitute final acceptance. 17.5.1. Isolated Work Locations. For isolated work locations, when all work is completed, including work for Article 5.11., "Final Cleanup," the Engineer may relieve the Contractor. from responsibility for maintenance. 06-2018 00795-T 10 of 13 175 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES 17.5.2. Work Except for Vegetative Establishment and Test Periods. When all work for all or isolated work locations has been completed, including work for Section 00780-T Item 11., "Final Cleanup," with the exception of vegetative establishment and maintenance periods and test and performance periods, the Engineer may relieve the Contractor from responsibility for maintenance of completed portions of work. 17.5.3. Work Suspension. When all work is suspended for an extended period of time, the Engineer may relieve the Contractor from responsibility for maintenance of completed portions of work during the period of suspension. 17.5.4. When Directed by the Engineer. The Engineer may relieve the Contractor from the responsibility for maintenance when directed. 17.6. Basis of Payment. When reimbursement for repair work is allowed and performed, payment will be made in accordance with pertinent items or Article 4.4., Changes in the Work." 18. ELECTRICAL REQUIREMENTS 18.1. Definitions. 18.1.1. Electrical Work. Electrical work is work performed for: 06-2018 ■ Item 610, "Roadway Illumination Assemblies," ■ Item 614, "High Mast Illumination Assemblies," ■ Item 616, "Performance Testing of Lighting Systems," ■ Item 617, "Temporary Roadway Illumination," ■ Item 618, "Conduit," ■ Item 620, "Electrical Conductors," ■ Item 621, "Tray Cable," ■ Item 622, "Duct Cable," ■ Item 628, "Electrical Services," ■ Item 680, "Highway Traffic Signals," ■ Item 681, "Temporary Traffic Signals," ■ Item 684, "Traffic Signal Cables," ■ Item 685, "Roadside Flashing Beacon Assemblies," ■ other items that involve either the distribution of electrical power greater than 50 volts or the installation of conduit and duct banks, ■ the installation of conduit and wiring associated with Item 624, "Ground Boxes," and Item 656, "Foundations for Traffic Control Devices," and ■ the installation of the conduit system for communication and fiber optic cable. Electrical work does not include the installation of communications or fiber optic cable, or the connections for low voltage and inherently power limited circuits 00795-T 11 of 13 176 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES such as electronic or communications equipment. Assembly and placement of poles, structures, cabinets, enclosures, manholes, or other hardware will not be considered electrical work as long as no wiring, wiring connections, or conduit work is done at the time of assembly and placement. 18.1.2. Specialized Electrical Work. Specialized electrical work is work that includes the electrical service and feeders, sub -feeders, branch circuits, controls, raceways, and enclosures for the following: ■ pump stations, ■ moveable bridges, ■ ferry slips, ■ motor control centers, ■ facilities required under Item 504, "Field Office and Laboratory," ■ rest area or other public buildings, ■ weigh -in -motion stations, ■ electrical services larger than 200 amps, ■ electrical services with main or branch circuit breaker sizes not shown in the Contract, and ■ any 3-phase electrical power. 18.1.3. Certified Person. A certified person is a person who has passed the test from the TxDOT course TRF450, "TxDOT Roadway Illumination and Electrical Installations," or other courses as approved by the Owner. Submit a current and valid certification upon request. 18.1.4. Licensed Electrician. A licensed electrician is a person with a current and valid unrestricted master electrical license, or unrestricted journeyman electrical license that is supervised or directed by an unrestricted master electrician. An unrestricted master electrician need not be on the work locations at all times electrical work is being done, but the unrestricted master electrician must approve work performed by the unrestricted journeyman. Licensed electrician requirements by city ordinances do not apply to on state system work. 06-2018 The unrestricted journeyman and unrestricted master electrical licenses must be issued by the Texas Department of Licensing and Regulation or by a city in Texas with a population of 50,000 or greater that issues licenses based on passing a written test and demonstrating experience. The Engineer may accept other states' electrical licenses. Submit documentation of the requirements for obtaining that license. Acceptance of the license will be based on sufficient evidence that the license was issued based on: ■ passing a test based on the NEC similar to that used by Texas licensing officials, and 00795-T 12 of 13 177 CITY OF PEARLAND LGPP LEGAL RELATIONS AND RESPONSIBILITIES ■ sufficient electrical experience commensurate with general standards for an unrestricted master and unrestricted journeyman electrician in the State of Texas. 18.2. Work Requirements. The qualifications required to perform electrical work and specialized electrical work are listed in Table 2. 06-2018 Table 2 Work Reg uirements A licensed electrician must be physically present during all electrical work when Table 2 states that workers are to be directly supervised by a licensed electrician or certified person. A non -certified person may install conduit in cast -in-place concrete sections if the work is verified by a certified person before concrete placement. When the plans specify IMSA certification, the requirements of Table 2 will still apply to the installation of the conduit, ground boxes, electrical services, pole grounding, and electrical conductors installed under Item 620, `Electrical Conductors." 00795-T 13 of 13 178 Qualifications to Perform Type of Work Work Licensed electrician, certified Electrical work with plans person, or workers directly supervised by a licensed electrician or certified person Licensed electrician or workers Electrical work without plans directly supervised by a licensed electrician Licensed electrician or workers Specialized electrical work directly supervised by a licensed electrician Licensed electrician, certified Replace lamps, starting aids, person, or workers directly and changing fixtures supervised by a licensed electrician or certified person Conduit in precast section with Inspection by licensed approved working drawings electrician or certified person Conduit in cast -in-place section Inspection by licensed electrician or certified person All other electrical work Licensed electrician or workers (troubleshooting, repairs, directly supervised by a component replacement, etc.) licensed electrician A licensed electrician must be physically present during all electrical work when Table 2 states that workers are to be directly supervised by a licensed electrician or certified person. A non -certified person may install conduit in cast -in-place concrete sections if the work is verified by a certified person before concrete placement. When the plans specify IMSA certification, the requirements of Table 2 will still apply to the installation of the conduit, ground boxes, electrical services, pole grounding, and electrical conductors installed under Item 620, `Electrical Conductors." 00795-T 13 of 13 178 CITY OFPEARLAND LGPP PROSECUTION AND PROGRESS Section 00796-T ITEM SL — PROSECUTION AND PROGRESS 1. PROSECUTION OF WORK Unless otherwise shown in the Contract, begin work within 10 calendar days after the authorization date to begin work as shown on the Notice to Proceed. Prosecute the work continuously to completion within the working days specified. Unless otherwise shown in the Contract documents, work may be prosecuted in concurrent phases if no changes are required in the traffic control plan or if a revised traffic control plan is approved. Notify the Engineer at least 24 hr. before beginning work or before beginning any new operation. Do not start new operations to the detriment of work already begun. Minimize interference to traffic. 2. SUBCONTRACTING Do not sublet any portion of a construction Contract without the Engineer's written approval. A subcontract does not relieve any responsibility under the Contract and bonds. Ensure that all subcontracted work complies with all governing labor provisions. The Contractor certifies by signing the Contract that the Contractor will not enter into any subcontract with a subcontractor that is debarred or suspended by the Owner, or any state or federal agency. For federally funded Contracts, ensure the required federal documents are physically attached to each subcontract agreement including all tiered subcontract agreements. For all DBE/HUB/SBE subcontracts including all tiered DBE/HUB/SBE subcontracts, submit a copy of the executed subcontract agreement. Submit a copy of the executed non -DBE subcontracts including all tiered non - DBE subcontracts when requested. 2.1. Construction Contracts. Perform work with own organization on at least 30% of the total original Contract cost (25% if the Contractor is an SBE on a wholly State or local funded Contract) excluding any items determined to be specialty items. Specialty items are those that require highly specialized knowledge, abilities, or equipment not usually available in the contracting firm expected to bid on the proposed Contract as a whole. 06-2018 Specialty items will be shown on the plans or as directed by the Engineer. Bid cost of specialty items performed by subcontractors will be deducted from the 00796-T 1 of 12 179 CITY OFPEARLAND LGPP PROSECUTION AND PROGRESS total original Contract cost before computing the required amount of work to be performed by the Contractor's own organization. The term "perform work with own organization" includes only: ■ workers employed and paid directly by the Contractor or wholly owned subsidiary; ■ equipment owned by the Contractor or wholly owned subsidiary; ■ rented or leased equipment operated by the Contractor's employees or wholly owned subsidiary's employees; ■ materials incorporated into the work if the majority of the value of the work involved in incorporating the material is performed by the Contractor's own organization, including a wholly owned subsidiary's organization; and ■ labor provided by staff leasing firms licensed under Chapter 91 of the Texas Labor Code for nonsupervisory personnel if the Contractor or wholly owned subsidiary maintains direct control over the activities of the leased employees and includes them in the weekly payrolls. When staff leasing firms provide materials or equipment, they are considered subcontractors. In these instances, submit staff leasing firms for approval as a subcontractor. Copies of cancelled checks and certified statements may be required to verify compliance with the requirements of this section. 2.2. Payments to Subcontractors. Report payments for DBE/HUB/SBE subcontracts including tiered DBE/HUB/SBE subcontracts in the manner as prescribed by the Owner. 2.3. Payment Records. Make payment records, including copies of cancelled checks, available for inspection by the Owner. Submit payment records upon request. Retain payment records for a period of 3 yr. following completion of the Contract work or as specified by the Owner. Failure to submit this information to the Engineer by the 20th day of each month will result in the Owner taking actions, including, but not limited to, withholding estimates and suspending the work. This work will not be measured or paid for directly but will be subsidiary to pertinent items. 3. COMPUTATION OF CONTRACT TIME FOR COMPLETION 06-2018 Upon request, the Engineer will provide the conceptual time determination schedule to the Contractor for informational purposes only. The schedules assume generic resources, production rates, sequences of construction and average weather conditions based on historic data. The Owner will not adjust the number of working days and milestones, if any, due to differences in opinion regarding 00796-T 2 of 12 180 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS any assumptions made in the preparation of the schedule or for errors, omissions, or discrepancies found in the Owner's conceptual time schedule. The number of working days is established by the Contract. Working day charges will begin on the date established by the written authorization to begin work. Working day charges will continue in accordance with the Contract. The Engineer may consider increasing the number of working days under extraordinary circumstances. 3.1. Working Day Charges. Working days will be charged in accordance with Section 8.3.1.4., "Standard Workweek," unless otherwise shown in the Contract documents. Working days will be computed and charged in accordance with one of the following: 3.1.1. Five -Day Workweek. Working days will be charged Monday through Friday, excluding national holidays, regardless of weather conditions or material availability. The Contractor has the option of working on Saturdays. Provide sufficient advance notice when scheduling work on Saturdays. Work on Sundays and national holidays will not be permitted without written permission. If work requiring an Inspector to be present is performed on a Saturday, Sunday, or national holiday, and weather and other conditions permit the performance of work for 6 hr. between 7 A.M. and 6 P.M., a working day will be charged. 3.1.2. Six -Day Workweek. Working days will be charged Monday through Saturday, excluding national holidays, regardless of weather conditions or material availability. Work on Sundays and national holidays will not be permitted without written permission. If work requiring an Inspector to be present is performed on a Sunday or a national holiday, and weather or other conditions permit the performance of work for 6 hr. between 7 A.M. and 6 P.M., a working day will be charged. 3.1.3. Seven -Day Workweek. Working days will be charged Monday through Sunday, excluding national holidays, regardless of weather conditions or material availability. Work on national holidays will not be permitted without written permission. If work is performed on any of these holidays requiring an Inspector to be present, and weather or other conditions permit the performance of work for 6 hr. between 7 A.M. and 6 P.M., a working day will be charged. 3.1.4. Standard Workweek. Working days will be charged Monday through Friday, excluding national or state holidays, if weather or other conditions permit the performance of the principal unit of work underway, as determined by the Engineer, for a continuous period of at least 6 hr. between 7 A.M. and 6 P.M., unless otherwise shown in the Contract. The Contractor has the option of working on Saturdays or state holidays. Provide sufficient advance notice to the Engineer when scheduling work on Saturdays. Work on Sundays and national holidays will not be permitted without written permission. If work requiring an Inspector to be present is performed on a Saturday, Sunday, or holiday, and weather or other 06-2018 00796-T 3 of 12 181 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS conditions permit the performance of work for 6 hr. between 7 A.M. and 6 P.M., a working day will be charged. 3.1.5. Calendar Day. Working days will be charged Sunday through Saturday, including all holidays, regardless of weather conditions, material availability, or other conditions not under the control of the Contractor. 3.2. Restricted Work Hours. Restrictions on Contractor work hours and the related definition for working day charges are as prescribed in this article unless otherwise shown in the Contract documents. 3.3. Nighttime Work. Nighttime work is allowed only when shown in the Contract documents or as directed. Nighttime work is defined as work performed from 30 min. after sunset to 30 min. before sunrise. 3.3.1. Five-, Six-, and Seven -Day Workweeks. Nighttime work that extends past midnight will be assigned to the following day for the purposes of approval for allowing work on Sundays or national holidays. 3.3.2. Standard Workweek. 3.3.2.1. Nighttime Work Only. When nighttime work is allowed or required and daytime work is not allowed, working day charges will be made when weather and other conditions permit the performance of the principal unit of work underway, as determined by the Engineer, for a continuous period of at least 6 hr. for the nighttime period, as defined in Section 8.3.3., "Nighttime Work," unless otherwise shown in the Contract documents. 3.3.2.2. Nighttime Work and Daytime Work Requiring Inspector. When nighttime work is performed or required and daytime work is allowed, working day charges will be made when weather and other conditions permit the performance of the principal unit of work underway, as determined by the Engineer, for a continuous period of at least 6 hr. for the nighttime period, as defined in Section 8.3.3., "Nighttime Work," or for a continuous period of at least 6 hr. for the alternative daytime period unless otherwise shown in the Contract documents. Only one day will be charged for each 24 -hr. time period. When the Engineer agrees to restrict work hours to the nighttime period only, working day charges will be in accordance with Section 8.3.3.2.1., "Nighttime Work Only." 4. TEMPORARY SUSPENSION OF WORK OR WORKING DAY CHARGES 1• 1 The Engineer may suspend the work, wholly or in part, and will provide notice and reasons for the suspension in writing. Suspend and resume work only as directed in writing. When part of the work is suspended, the Engineer may suspend working day charges only when conditions not under the control of the Contractor prohibit the 00796-T 4 of 12 182 CITY OFPEARLAND LGPP PROSECUTION AND PROGRESS performance of critical activities. When all of the work is suspended for reasons not under the control of the Contractor, the Engineer will suspend working day charges. 5. PROJECT SCHEDULES Prepare, maintain, and submit project schedules. Project schedules are used to convey the Contractor's intended work plan to the Owner. Prepare project schedules with a level of effort sufficient for the work being performed. Project schedules will not be used as a basis to establish the amount of work performed or for the preparation of the progress payments. 5.1. Project Scheduler. Designate an individual who will develop and maintain the progress schedule. The Project Scheduler will be prepared to discuss, in detail, the proposed sequence of work and methods of operation, and how that information will be communicated through the Progress Schedule at the Preconstruction Meeting. This individual will also attend the project meetings and make site visits to prepare, develop, and maintain the progress schedules. 5.2. Construction Details. Before starting work, prepare and submit a progress schedule based on the sequence of work and traffic control plan shown in the Contract documents. At a minimum, prepare the progress schedule as a Bar Chart or Critical Path Method (CPM), as shown on the plans. Include all planned work activities and sequences and show Contract completion within the number of working days specified. Incorporate major material procurements, known utility relocations, and other activities that may affect the completion of the Contract in the progress schedule. Show a beginning date, ending date, and duration in whole working days for each activity. Do not use activities exceeding 20 working days, except for agreed upon activities. Show an estimated production rate per working day for each work activity. 5.3. Schedule Format. Format all project schedules according to the following: 1. 1 ■ Begin the project schedule on the date of the start of Contract time or start of activities affecting work on the project; ■ Show the sequence and interdependence of activities required for complete performance of the work. If using a CPM schedule, show a predecessor and a successor for each activity; and ■ Ensure all work sequences are logical and show a coordinated plan of the work. CPM schedules must also include: ■ Clearly and accurately identify the critical path as the longest continuous path; ■ Provide a legend for all abbreviations, run date, data date, project start date, and project completion date in the title block of each schedule submittal; and 00796-T 5 of 12 183 CITY OFPEARLAND LGPP PROSECUTION AND PROGRESS ■ Through the use of calendars, incorporate seasonal weather conditions into the schedule for work (e.g., earthwork, concrete paving, structures, asphalt, drainage, etc.) that may be influenced by temperature or precipitation. Also, incorporate non -work periods such as holidays, weekends, or other non -work days as identified in the Contract. 5.4. Activity Format. For each activity on the project schedule provide: ■ A concise description of the work represented by the activity; ■ An activity duration in whole working days; ■ Code activities so that organized plots of the schedule may be produced. CPM schedules must also include the quantity of work and estimated production rate for major items of work. Provide enough information for review of the work being performed. 5.5. Schedule Types. 5.5.1. Bar Chart. Seven calendar days before the preconstruction meeting, prepare and submit a hard copy of the schedule using the bar chart method. 5.5.1.1. Progress Schedule Reviews. Update the project schedule and submit a hard copy when changes to the schedule occur or when requested. 5.5.2. Critical Path Method. Prepare and submit the schedule using the CPM. 5.5.2.1. Preliminary Schedule. Seven calendar days before the preconstruction meeting, submit both the plotted and electronic copies of the project schedule showing work to be performed within the first 90 calendar days of the project. 5.5.2.2. Baseline Schedule. The baseline schedule will be considered the Contractor's plan to successfully construct the project within the time frame and construction sequencing indicated in the Contract. Submit both plotted and electronic copies of the baseline schedule. Submit 2 plots of the schedule: one organized with the activities logically grouped using the activity coding; and the other plot showing only the critical path determined by the longest path, not based on critical float. Develop and submit the baseline schedule for review within the first 45 calendar days of the project unless the time for submission is extended. 5.5.2.2.1. Review. Within 15 calendar days of receipt of the schedule, the Engineer will evaluate, and inform the Contractor if the schedule has been accepted. If the schedule is not accepted, the Engineer will provide comments to the Contractor for incorporation. Provide a revised schedule based on the Engineer's comments, or reasons for not doing so within 10 calendar days. The Engineer's review and acceptance of the project schedule is for conformance to the requirements of the Contract documents only and does not relieve the Contractor of any responsibility 06-2018 00796-T 6 of 12 184 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS for meeting the interim milestone dates (if specified) or the Contract completion date. Review and acceptance does not expressly or by implication warrant, acknowledge, or admit the reasonableness of the logic or durations of the project schedule. If the Contractor fails to define any element of work, activity, or logic and the Engineer's review does not detect this omission or error, the Contractor is responsible for correcting the error or omission. Submit an acceptable baseline schedule before the 90th calendar day of the project unless the time for submission is extended. 5.5.2.3. Progress Schedule. Maintain the project schedule for use by both the Contractor and the Engineer. Submit both the plotted and electronic copy as it will become an as -built record of the daily progress achieved on the project. If continuous progress of an activity is interrupted for any reason except non -work periods (such as holidays, weekend, or interference from temperature or precipitation), then the activity will show the actual finish date as that date of the start of the interruption and the activity will be broken into a subsequent activity (or activities, based on the number of interruptions) similarly numbered with successive alpha character as necessary. The original duration of the subsequent activity will be that of the remaining duration of the original activity. Relationships of the subsequent activity will match those of the original activity so that the integrity of the project schedule logic is maintained. Once established, the original durations and actual dates of all activities must remain unchanged. Revisions to the schedule may be made as necessary. 06-2018 The project schedule must be revised when changes in construction phasing and sequencing occur or other changes that cause deviation from the original project schedule occur. Any revisions to the schedule must be listed in the monthly update narrative with the purpose of the revision and description of the impact on the project schedule's critical path and project completion date. Create the schedule revision using the latest update before the start of the revision. Monthly updating of the project schedule will include updating of: ■ The actual start dates for activities started; ■ The actual fmish dates for activities completed; ■ The percentage of work completed and remaining duration for each activity started but not yet completed; and ■ The calendars to show days actual work was performed on the various work activities. The cut-off day for recording monthly progress will be the last day of each month. Submit the updated project schedule no later than the 20th calendar day of the following month. The Engineer will evaluate the updated schedule within 5 calendar days of receipt and inform the Contractor if it has or has not been accepted. If the schedule is not accepted, the Engineer will provide comments to 00796-T 7 of 12 185 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS the Contractor for incorporation. Provide a revised schedule based on the Engineer's comments, or reasons for not doing so within 5 calendar days. Provide a brief narrative in a bulleted statement format for major items that have impacted the schedule. Notify the Engineer if resource -leveling is being used. 5.5.2.3.1. Project Schedule Summary Report (PSSR). When shown on the plans, provide the PSSR instead of the narrative required in Section 8.5.5.2.3., "Progress Schedule." The PSSR includes a listing of major items that have impacted the schedule as well as a summary of progress in days ahead or behind schedule. Include an explanation of the project progress for the period represented on the form provided by the Owner. 5.5.3. Notice of Potential Time Impact. Submit a "Notice of Potential Time Impact" when a Contract time extension or adjustment of milestone dates may be justified or when directed. Failure to provide this notice in the time frames outlined above will compromise the Owner's ability to mitigate the impacts and the Contractor forfeits the right to request a time extension or adjustment of milestone dates unless the circumstances are such that the Contractor could not reasonably have had knowledge of the impact at the time. 5.5.4. Time Impact Analysis. When directed, provide a time impact analysis. A time impact analysis is an evaluation of the effects of impacts on the project. A time impact analysis consists of the following steps: 06-2018 ■ Step 1. Establish the status of the project immediately before the impact. ■ Step 2. Predict the effect of the impact on the schedule update used in Step 1. ■ Step 3. Track the effects of the impact on the schedule during its occurrence. ■ Step 4. Establish the status of the project after the impact's effect has ended and provide details identifying any mitigating actions or circumstances used to keep the project ongoing during the impact period. Determine the time impact by comparing the status of the work before the impact (Step 1) to the prediction of the effect of the impact (Step 2), if requested, and to actual effects of the impact once it is complete (Step 4). Unless otherwise approved, Steps 1, 3, and 4, must be completed before consideration of a Contract time extension or adjustment of a milestone date will be provided. Time extensions will only be considered when delays that affect milestone dates or the Contract completion date are beyond the Contractor's control. Submit Step 4 no later than 15 calendar days after the impact's effects have ended or when all the information on the effect has been realized. Submit one electronic backup copy of the complete time impact analysis and a copy of the full project schedule incorporating the time impact analysis. If the project schedule is revised after the submittal of a time impact analysis, but before 00796-T 8 of 12 186 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS its approval, indicate in writing the need for any modification to the time impact analysis. The Engineer will review the time impact analysis upon completion of step 4. If this review detects revisions or changes to the schedule that had not been performed and identified in a narrative, the Engineer may reject the time impact analysis. If the Engineer is in agreement with the time impact analysis, a change order may be issued to grant additional working days, or to adjust interim milestones. Once a change order has been executed, incorporate the time impact analysis into the project schedule. The time impact analysis may also be used to support the settlement of disputes and claims. Compensation related to the time impact analysis may be provided at the completion of the analysis or the completion of the project to determine the true role the impact played on the final completion. The work performed under this article will not be measured or paid for directly but will be subsidiary to pertinent items. 6. FAILURE TO COMPLETE WORK ON TIME The time established for the completion of the work is an essential element of the Contract. If the Contractor fails to complete the work within the number of working days specified, working days will continue to be charged. Failure to complete the Contract, a separate work order, or callout work within the number of working days specified, including any approved additional working days, will result in liquidated damages for each working day charged over the number of working days specified in the Contract. The dollar amount specified in the Contract will be deducted from any money due or to become due the Contractor for each working day the Contract remains incomplete. This amount will be assessed not as a penalty but as liquidated damages. 7. DEFAULT OF THE CONTRACT 7.1. Declaration of Default. The Engineer may declare the Contractor to be in default of the Contract if the Contractor: ■ fails to begin the work within the number of days specified, ■ fails to prosecute the work to assure completion within the number of days 06-2018 specified, ■ is uncooperative, disruptive or threatening, ■ fails to perform the work in accordance with the Contract requirements, ■ neglects or refuses to remove and replace rejected materials or unacceptable work, ■ discontinues the prosecution of the work without the Engineer's approval, ■ makes an unauthorized assignment, 00796-T 9 of 12 187 CITY OFPEARLAND LGPP PROSECUTION AND PROGRESS 06-2018 ■ fails to resume work that has been discontinued within a reasonable number of days after notice to do so, ■ fails to conduct the work in an acceptable manner, or ■ commits fraud or other unfixable conduct as determined by the Owner. If any of these conditions occur, the Engineer will give notice in writing to the Contractor and the Surety of the intent to declare the Contractor in default. If the Contractor does not proceed as directed within 5 days after the notice, the Owner will provide written notice to the Contractor and the Surety to declare the Contractor to be in default of the Contract. The Owner will also provide written notice of default to the Surety. If the Contractor provides the Owner written notice of voluntary default of the Contract, the Owner may waive the 5 day notice of intent to declare the Contractor in default and immediately provide written notice of default to the Contractor and the Surety. Working day charges will continue until completion of the Contract. The Owner may suspend work in accordance with Section 8.4., "Temporary Suspension of Work or Working Day Charges," to investigate apparent fraud or other unfixable conduct before defaulting the Contractor. The Contractor may be subject to sanctions under the state and/or federal laws and regulations. The Owner will determine the method used for the completion of the remaining work as follows: ■ Contracts without Performance Bonds. The Owner will determine the most expeditious and efficient way to complete the work, and recover damages from the Contractor. ■ Contracts with Performance Bonds. The Owner will, without violating the Contract, demand that the Contractor's Surety complete the remaining work in accordance with the terms of the original Contract. A completing Contractor will be considered a subcontractor of the Surety. The Owner reserves the right to approve or reject proposed subcontractors. Work may resume after the Owner receives and approves Certificates of Insurance as required in Section 3.4.3., "Insurance." Certificates of Insurance may be issued in the name of the completing Contractor. The Surety is responsible for making every effort to expedite the resumption of work and completion of the Contract. The Owner may complete the work using any or all materials at the work locations that it deems suitable and acceptable. Any costs incurred by the Owner for the completion of the work under the Contract will be the responsibility of the Surety. From the time of notification of the default until work resumes (either by the Surety or the Owner), the Owner will maintain traffic control devices and will do any other work it deems necessary, unless otherwise agreed upon by the Owner and the Surety. All costs associated with this work will be deducted from money due to the Surety. 00796-T 10 of 12 188 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS The Owner will hold all money earned but not disbursed by the date of default. Upon resumption of the work after the default, all payments will be made to the Surety. All costs and charges incurred by the Owner as a result of the default, including the cost of completing the work under. the Contract, costs of maintaining traffic control devices, costs for other work deemed necessary, and any applicable liquidated damages or disincentives will be deducted from money due the Contractor for completed work. If these costs exceed the sum that would have been payable under the Contract, the Surety will be liable and pay the Owner the balance of these costs in excess of the Contract price. In case the costs incurred by the Owner are less than the amount that would have been payable under the Contract if the work had been completed by the Contractor, the Owner will be entitled to retain the difference. Comply with Article 8.2., "Subcontracting," and abide by the DBE/HUB/SBE commitments previously approved by the Owner. No markups as defined in Article 9.7., "Payment for Extra Work and Force Account Method," will be allowed for the Surety. 7.2. Wrongful Default. Submit a written request to the Owner within 14 calendar days of receipt of the notice of default for consideration of wrongful default. The Owner will determine if the Contractor has been wrongfully defaulted, and will proceed with the following: ■ If the Owner determines the default is proper, the default will remain. If the Contractor is in disagreement, the Contractor may file a claim in accordance with Article 4.7., "Dispute or Claims Procedure." ■ If the Owner determines it was a wrongful default, the Owner will terminate the Contract for convenience, in accordance with Article 8.8., "Termination of the Contract." TERMINATION OF THE CONTRACT The Owner may terminate the Contract in whole or in part whenever: ■ the Contractor is prevented from proceeding with the work as a direct result of an executive order of the President of the United States or the Governor of the State; ■ the Contractor is prevented from proceeding with the work due to a national emergency, or when the work to be performed under the Contract is stopped, directly or indirectly, because of the freezing or diversion of materials, equipment or labor as the result of an order or a proclamation of the President of the United States; ■ the Contractor is prevented from proceeding with the work due to an order of any federal authority; 06-2018 00796-T 11 of 12 189 CITY OF PEARLAND LGPP PROSECUTION AND PROGRESS ■ the Contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining court order where the issuance of the restraining order is primarily caused by acts or omissions of persons or agencies other than the Contractor; or ■ the Owner determines that termination of the Contract is in the best interest of the Owner or the public. This includes, but is not limited to, the discovery of significant hazardous material problems, right of way acquisition problems, or utility conflicts that would cause substantial delays or expense to the Contract. 8.1. Procedures and Submittals. The Engineer will provide written notice to the Contractor of termination specifying the extent of the termination and the effective date. Upon notice, immediately proceed in accordance with the following: ■ stop work as specified in the notice; ■ place no further subcontracts or orders for materials, services, or facilities, except as necessary to complete a critical portion of the Contract, as approved; ■ terminate all subcontracts to the extent they relate to the work terminated; ■ complete performance of the work not terminated; ■ settle all outstanding liabilities and termination settlement proposals resulting from the termination for public convenience of the Contract; ■ create an inventory report, including all acceptable materials and products obtained for the Contract that have not been incorporated in the work that was terminated (include in the inventory report a description, quantity, location, source, cost, and payment status for each of the acceptable materials and products); and ■ take any action necessary, or that the Engineer may direct, for the protection and preservation of the materials and products related to the Contract that are in the possession of the Contractor and in which the Owner has or may acquire an interest. 06-2018 00796-T 12 of 12 190 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT Section 00797-T ITEM 9L — LGPP MEASUREMENT AND PAYMENT 1. MEASUREMENT OF QUANTITIES The Engineer will measure all completed work using United States standard measures, unless otherwise specified. 1.1. Linear Measurement. Unless otherwise specified, all longitudinal measurements for surface areas will be made along the actual surface of the roadway and not horizontally. No deduction will be made for structures in the roadway with an area of 9 sq. ft. or less. For all transverse measurements for areas of base courses, surface courses, and pavements, the dimensions to be used in calculating the pay areas will be the neat dimensions and will not exceed those shown on the plans, unless otherwise directed. 1.2. Volume Measurement. Transport materials measured for payment by volume in approved hauling vehicles. Display a unique identification mark on each vehicle. Furnish information necessary to calculate the volume capacity of each vehicle. The Engineer may require verification of volume through weight measurement. Use body shapes that allow the capacity to be verified. Load and level the load to the equipment's approved capacity. Loads not hauled in approved vehicles may be rejected. 1.3. Weight Measurement. Transport materials measured for payment by weight or truck measure in approved hauling vehicles. Furnish certified measurements, tare weights, and legal gross weight calculations for all haul units. Affix a permanent, legible number on the truck and on the trailer to correspond with the certified information. Furnish certified weights of loaded haul units transporting material if requested. The material will be measured at the point of delivery. The cost of supplying these volume and weight capacities is subsidiary to the pertinent item. For measurement by the ton, in the field, provide measurements in accordance with Item 520, "Weighing and Measuring Equipment," except for items where ton measurements are measured by standard tables. The Engineer may reject loads and suspend hauling operations for overloading. 1.3.1. Hauling on Routes Accessible to the Traveling Public. For payment purposes on haul routes accessible to the traveling public, the net weight of the load will be calculated as follows: ■ If the gross vehicle weight is less than the maximum allowed by state law, including applicable yearly weight tolerance permit, the net weight of the load will be determined by deducting the tare weight of the vehicle from the gross weight. 06-2018 00797-T 1 of 8 191 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT ■ If the gross vehicle weight is more than the maximum allowed by state law, including applicable yearly weight tolerance permit, the net weight of the load will be determined by deducting the tare weight of the vehicle from the maximum gross weight allowed. 1.3.2. Hauling on Routes Not Accessible to the Traveling Public. For payment purposes on haul routes that are not accessible to the traveling public where advance permission is obtained in writing from the Engineer: 06-2018 ■ If the gross vehicle weight is less than the maximum allowed, including applicable yearly weight tolerance permit, the net weight of the load will be determined by deducting the tare weight of the vehicle from the gross weight. ■ If the gross vehicle weight is more than the maximum allowed, the net weight of the load will be determined by deducting the tare weight of the vehicle from the maximum gross weight allowed. PLANS QUANTITY MEASUREMENT Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing specifications or this article. If the quantity measured as outlined under "Measurement" varies by more than 5% (or as stipulated under "Measurement" for specific Items) from the total estimated quantity for an individual item originally shown in the Contract, an adjustment may be made to the quantity of authorized work done for payment purposes. When quantities are revised by a change in design approved by the Owner, by change order, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 5% variance will apply to the new plans quantity. If the total Contract quantity multiplied by the unit bid price for an individual item is less than $250 and the item is not originally a plans quantity item, then the item may be paid as a plans quantity item if the Engineer and Contractor agree in writing to fix the final quantity as a plans quantity. For Contracts with callout work and work orders, plans quantity measurement requirements are not applicable. ADJUSTMENT OF QUANTITIES The party to the Contract requesting the adjustment will provide field measurements and calculations showing the revised quantity. When approved, this revised quantity will constitute the final quantity for which payment will be 00797-T 2 of 8 192 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT made. Payment for revised quantity will be made at the unit price bid for that item, except as provided for in Article 4.4., "Changes in the Work". 4. SCOPE OF PAYMENT Payment of the Contract unit price is full compensation for all materials, equipment, labor, tools, and supplies necessary to complete the item of work under the Contract. Until final acceptance in accordance with Section 00780-T, 12., "Final Acceptance," assume liability for completing the work according to the Contract documents and any loss or damage arising from the performance of the work or from the action of the elements, infringement of patent, trademark, or copyright, except as provided elsewhere in the Contract. The Owner will only pay for material incorporated into the work in accordance with the Contract. Payment of progress estimates will in no way affect the Contractor's obligation under the Contract to repair or replace any defective parts in the construction or to replace any defective materials used in the construction and to be responsible for all damages due to defects if the defects and damages are discovered on or before final inspection and acceptance of the work. 5. PROGRESS PAYMENTS The Engineer will prepare a monthly estimate of the amount of work performed, including materials in place. Incomplete items of work may be paid at an agreed upon percentage as approved. Payment of the monthly estimate is determined at the Contract item prices less any withholdings or deductions in accordance with the Contract. Progress payments may be withheld for failure to comply with the Contract. 6. PAYMENT FOR MATERIAL ON HAND (MOH) 06-2018 If payment for MOH is desired, request compensation for the invoice cost of acceptable nonperishable materials that have not been used in the work before the request, and that have been delivered to the work location or are in acceptable storage places. Nonperishable materials are those that do not have a shelf life or whose characteristics do not materially change when exposed to the elements. Include only materials that have been sampled, tested, approved, or certified, and are ready for incorporation into the work. Only materials which are completely constructed or fabricated on the Contractor's order for a specific Contract and are so marked and on which an approved test report has been issued are eligible. Payment for MOH may include the following types of items: concrete traffic barrier, precast concrete box culverts, concrete piling, reinforced concrete pipe, and illumination poles. Any repairs required after fabricated materials have been approved for storage will require approval of the Engineer before being made and will be made at the Contractor's expense. Include only those materials that have an invoice cost of at least $1,000 in the request for MOH payment. 00797-T 3 of 8 193 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT If the request is acceptable, the Engineer will include payment for MOH in a progress payment. Payment for MOH does not constitute acceptance of the materials. Payment will not exceed the actual cost of the material as established by invoice, or the total cost for the associated item less reasonable placement costs, whichever is less. Materials for which the Contractor does not have a paid invoice within 60 days will not be eligible for payment and will be removed from the estimate. Payment may be limited to a portion of the invoice cost or unit price if shown elsewhere in the Contract. Payment for precast products fabricated or constructed by the Contractor for which invoices or freight bills are not available may be made based on statements of actual cost. Submit the request on forms provided by the Owner. These forms may be electronically reproduced, provided they are in the same format and contain all the required information and certifications. Continue to submit monthly MOH forms until the total value of MOH is $0. By submitting a request for MOH payment, the Contractor expressly authorizes the Owner to audit MOH records, and to perform process reviews of the record-keeping system. If the Owner determines noncompliance with any of the requirements of this provision, the Owner may exclude payment for any or all MOH for the duration of the Contract. Maintain all records relating to MOH payment until final acceptance. Provide these records to the Engineer upon request. 7. PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT METHOD Payment for extra work directed, performed, and accepted will be made in accordance with Article 4.4., "Changes in the Work." Payment for extra work may be established by agreed unit prices or by Force Account Method. Agreed unit prices are unit prices that include markups and are comparable to recent bid prices for the same character of work. These unit prices may be established without additional breakdown justification. When using Force Account Method, determine an estimated cost for the proposed work and establish labor and equipment rates and material costs. Maintain daily records of extra work and provide copies of these records daily, signed by the Contractor's representative, for verification by the Engineer. Request payment for the extra work no later than the 10th day of the month following the month in which the work was performed. Include copies of all applicable invoices. If the extra work to be performed has an estimated cost of less than $10,000, submit for approval and payment an invoice of actual cost for materials, equipment, labor, tools, and incidentals necessary to complete the extra work. 7.1. Markups. Payment for extra work may include markups as compensation for the use of small tools, overhead expense, and profit. 06-2018 00797-T 4 of 8 194 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT 7.1.1. Labor. Compensation will be made for payroll rates for each hour that the labor, foremen, or other approved workers are actually engaged in the work. In no case will the rate of wages be less than the minimum shown in the Contract for a particular category. An additional 25% of this sum will be paid as compensation for overhead, superintendence, profit, and small tools. 7.1.2. Insurance and Taxes. An additional 55% of the labor cost, excluding the 25% compensation provided in Section 9.7.1.1., "Labor," will be paid as compensation for labor insurance and labor taxes including the cost of premiums on non -project - specific liability (excluding vehicular) insurance, workers compensation insurance, Social Security, unemployment insurance taxes, and fringe benefits. 7.1.3. Materials. Compensation will be made for materials associated with the work based on actual delivered invoice costs, less any discount. An additional 25% of this sum will be paid as compensation for overhead and profit. 7.1.4. Equipment. Payment will be made for the established equipment hourly rates for each hour that the equipment is involved in the work. An additional 15% of this sum will be paid as compensation for overhead and profit not included in the rates. Transportation cost for mobilizing equipment will be included if the equipment is mobilized from an off-site location. 7.1.4.1. Contractor -Owned Equipment. For Contractor -owned machinery, trucks, power tools, or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Rental Rate Blue Book at the time of use. 06-2018 If a rate has not been established for a particular piece of equipment in the Rental Rate Blue Book, the Engineer will allow a reasonable hourly rate. This price will include operating costs. Payment for equipment will be made for the actual hours used in the work. The Owner reserves the right to withhold payment for low production or lack of progress. Payment will not be made for time lost for equipment breakdowns, time spent to repair equipment, or time after equipment is no longer needed. If equipment is used intermittently while dedicated solely to the work, payment will be made for the duration the equipment is assigned to the work but no more than 8 hours will be paid during a 24-hour day, nor more than 40 hours per week, nor more than 176 hours per month, except when time is computed using a six- day or seven-day workweek. When using a six-day workweek, no more than 8 hours will be paid during a 24-hour day, nor more than 48 hours per week, nor more than 211 hours per month. When using a seven-day workweek, no more 00797-T 5 of 8 195 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT than 8 hours will be paid during a 24-hour day, nor more than 56 hours per week, nor more than 246 hours per month. 7.1.4.2. Equipment Not Owned by the Contractor. For equipment rented from a third party not owned by the Contractor, payment will be made at the invoice daily rental rate for each day the equipment is needed for the work. The Owner reserves the right to limit the daily rate to comparable Rental Rate Blue Book rates. When the invoice specifies that the rental rate does not include fuel, lubricants, repairs, and servicing, the Rental Rate Blue Book hourly operating cost for each hour the equipment is operated will be added. When the invoice specifies equipment operators as a component of the equipment rental, payment will be made at the invoice rate for each operator for each day the equipment is needed for the work. 7.1.4.3. Standby Equipment Costs. Payment for standby equipment will be made in accordance with Section 00797-T 7.1.4., "Equipment," except that: 7.1.4.3.1. Contractor -Owned Equipment. For Contractor -owned machinery, trucks, power tools, or other equipment: ■ Standby will be paid at 50% (to remove operating cost) of the FHWA rental rates found in the Rental Rate Blue Book multiplied by the regional adjustment factor and the rate adjustment factor. ■ Standby costs will not be allowed during periods when the equipment would have otherwise been idle. 7.1.4.3.2. Equipment Not Owned by the Contractor. For equipment rented from a third party not owned by the Contractor: ■ Standby will be paid at the invoice daily rental rate, excluding operating cost, which includes fuel, lubricants, repairs, and servicing. The Owner reserves the right to limit the daily standby rate to comparable FHWA rental rates found in the Rental Rate Blue Book multiplied by the regional adjustment factor and the rate adjustment factor. ■ Standby will be paid for equipment operators when included on the invoice and equipment operators are actually on standby. ■ Standby costs will not be allowed during periods when the equipment would have otherwise been idle. 7.1.5. Subcontracting. An additional 5% of the actual invoice cost will be paid to the Contractor as compensation for administrative cost, superintendence, and profit. 7.1.6. Law Enforcement. An additional 5% of the actual invoice cost will be paid as compensation for administrative costs, superintendence, and profit. 06-2018 00797-T 6 of 8 196 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT 7.1.7. Railroad Flaggers. An additional 5% of the actual invoice cost will be paid as compensation for administrative cost, superintendence, and profit. 7.1.8. Bond Cost. An additional 1% of the total compensation provided in Section 00797-T 7., "Payment for Extra Work and Force Account Method," will be paid for the increase in bond. 8. RETAINAGE The Owner will withhold retainage on the Contractor. The Contractor may withhold retainage on subcontractors in accordance with state and federal regulations. 9. PAYMENT PROVISIONS FOR SUBCONTRACTORS 06-2018 For the purposes of this article only, the term subcontractor includes suppliers and the term work includes materials provided by suppliers at a location approved by the Engineer. These requirements apply to all tiers of subcontractors. Incorporate the provisions of this article into all subcontract or material purchase agreements. Pay subcontractors for work performed within 10 days after receiving payment for the work performed by the subcontractor. Also, pay any retainage on a subcontractor's work within 10 days after satisfactory completion of all of the subcontractor's work. Completed subcontractor work includes vegetative establishment, test, maintenance, performance, and other similar periods that are the responsibility of the subcontractor. For the purpose of this section, satisfactory completion is accomplished when: ■ the subcontractor has fulfilled the Contract requirements of both the Owner and the subcontract for the subcontracted work, including the submittal of all information required by the specifications and the Owner; and ■ the work done by the subcontractor has been inspected, approved, and paid by the Owner. Provide a certification of prompt payment in accordance with the Owner's prompt payment procedure to certify that all subcontractors and suppliers were paid from the previous months payments and retainage was released for those whose work is complete. Submit the completed form each month and the month following the month when final acceptance occurred at the end of the project. The inspection and approval of a subcontractor's work does not eliminate the Contractor's responsibilities for all the work as defined in Section 00795-T 7.17., "Contractor's Responsibility for Work." The Owner may pursue actions against the Contractor, including withholding of estimates and suspending the work, for noncompliance with the subcontract 00797-T 7 of 8 197 CITY OF PEARLAND LGPP MEASUREMENT AND PAYMENT requirements of this section upon receipt of written notice with sufficient details showing the subcontractor has complied with contractual obligations. 10. FINAL PAYMENT 06-2018 When the Contract has been completed, all work has been approved, final acceptance has been made in accordance with Article 5.12., "Final Acceptance," and Contractor submittals have been received, the Engineer will prepare a final estimate for payment showing the total quantity of work completed and the money owed the Contractor. The final payment will reflect the entire sum due, less any sums previously paid. 00797-T 8 of 8 198 CITY OF PEARLAND SPECIAL CONDITIONS OF AGREEMENT Section 00800 SPECIAL CONDITIONS OF AGREEMENT The following Special Conditions modify the General Conditions, Document 00700. Where a portion of the General Conditions is modified or deleted by these Special Conditions, the unaltered portions of the General Conditions shall remain in effect. ARTICLE 1 DEFINITIONS AND INTERPRETATIONS 1.01 Add the following paragraph to the end of Article 1.01: The OWNER'S representative on the project site is: telephone: 281. 652. _ The CONSTRUCTION MANAGER is: The CONSTRUCTION INSPECTOR is: telephone: telephone: ARTICLE 4 RIGHTS AND RESPONSIBILITIES OF THE CONTRACTOR 4.05 Add the following paragraph to Article 4.05: A Maintenance Bond in accordance with Document 00612 of the Project Manual is required for this Project. The cost of this bond shall be included in the CONTRACTOR'S Bid Proposal. Attachment No. 3 To General Conditions, Owner's Insurance Requirements of Contractor, Article 4.6 Builder's Risk — Builder's Risk Insurance is Not Required for this project. ARTICLE 5 PROSECUTION AND PROGRESS 5.08 Add Article 5.08: The Contract Time as defined in the bid and other sections of the Contract Documents includes a certain number of rain days. Based on the Alvin Weather Center Records, the average annual rain days from June 1898 to December 1996 is 40 days calculated from all precipitation days of record. The CONTRACTOR is required to keep a record of rain days at the site. The record of rain days must be accepted and signed by the City Inspector monthly, and shall be reported on the monthly pay estimate submittal. At the end of the contract, the CONTRACTOR will be credited only for 08/2018 00800 - 1 of 2 199 CITY OF PEARLAND SPECIAL CONDITIONS OF AGREEMENT the number of accepted rain days that exceed 40 rain days per year, proportionate to the original Contract Time. General Notes: Section 01500 Temporary Facilities requires CONTRACTOR to provide high speed internet access in the Field Office. BIDDER is Required to provide either a Field Office or any internet access for this project. All other requirements remain and will be required per the section. It is the responsibility of the Contractor to coordinate with the Owner for all Traffic Control Documents. Contractor to coordinate with the Owner for procurement of Traffic Control Documents prior to permitting. Contractor is to keep a minimum of one lane open at all times, in both directions. No lane closures to extend beyond the defined work day. Contractor Will be required to provide an on-site construction office for the duration of this project. END OF SECTION 08/2018 00800 - 2 of 2 200 CITY OF PEARLAND WAGE SCALE FOR ENGINEERING CONSTRUCTION Section 00811 WAGE SCALE FOR ENGINEERING CONSTRUCTION 1.01 In accordance with the Prevailing Wage law on Public Works (Article 2258 of the Texas Government Code), the public body awarding the contract does hereby specify the rates shown in Table 00811-A following to be the general prevailing rates in the locality in which the work is being performed. 1.02 This prevailing wage rate does not prohibit the payment of more than the rates stated. 1.03 The wage scale for engineering construction is to be applied to all site work greater than five (5) feet from an exterior wall of new building under construction or from an exterior wall of an existing building. (Attach the current wage rates. Number the pages 00811-2, 00811-3, etc) 10-2012 00811-1ofl 201 Texas Department of Transportation The wage rates listed are those predetermined by the Secretary of Labor and State Statue to be the minimum wages paid. To determine the applicable wage rate zone, a list entitled "TEXAS COUNTIES IDENTIFIED BY WAGE RATE ZONES" is provided in the contract. Any wage rate that is not listed must be submitted to the Engineer for approval. IMPORTANT NOTICE FOR STATE PROJECTS; only the controlling wage rate zone applies to the contract. Effective 01-04-2019. CLASS.# CLASSIFICATION DESCRIPTION ZONE TX02 1/4/19 ZONE TX03 114119 ZONE TX04 1/4/19 ZONE TX05 1/4119 ZONE TX06 114/19 ZONE TX07 1/4/19 ZONE TX08 114/19 ZONE TX24 1/4/19 ZONE TX25 1/4/19 ZONE TX27 1/4/19 ZONE TX28 1/4/19 ZONE TX29 1/4/19 ZONE TX30 114/19 ZONE TX37 1/4/19 ZONE TX38 1/4/19 ZONE TX42 1/4/19 1428 Agricultural Tractor Operator $12.69 $12.35 $11.75 1300 Asphalt Distributor Operator $14.87 $13.48 $13.88 $15.72 $15.58 $15.55 $15.72 $13.28 $15.32 $15.62 $14.36 $14.25 $14.03 $13.75 $14.06 $14.40 1303 Asphalt Paving Machine Operator $13.40 $12.25 $12.35 $13.87 $14.05 $14.36 $14.20 $13.26 $13.99 $14.68 $12.92 $13.44 $12.53 $14.00 $14.32 $12.99 1106 Asphalt Raker $12.28 $10.61 $12.02 $14.21 $11.65 $12.12 $11.64 $11.44 $12.69 $12.05 $11.34 $11.67 $11.40 $12.59 $12.361 $11.78 1112 Batching Plant Operator, Asphalt 1115 Batching Plant Operator, Concrete 1214 Blaster 1615 Boom Truck Operator $18.36 1444 Boring Machine Operator 1305 Broom or Sweeper Operator $11.21 $10.33 $10.08 $11.99 $11.04 $11.62 $11.74 $11.41 $10.30 $10.231 $10.60 $12.68 $11.05 1144 Communications Cable Installer 1124 Concrete Finisher, Paving and Structures $13.55 $12.46 $13.16 $12.85 $12.64 $12.56 $12.77 $12.44 $14.12 $13.04 $13.38 $12.64 $12.80 $12.79 $12.98 $13.32 1318 Concrete Pavement Finishing Machine Operator $16.05 $15.48 $16.05 $19.31 $13.07 1315 Concrete Paving, Curing, Float, Texturing Machine Operator $16.34 $11.71 1333 Concrete Saw Operator $14.67 $14.48 $17.33 $13.99 1399 Concrete/Gunite Pump Operator 1344 Crane Operator, Hydraulic 80 tons or less $18.22 $18.36 $18.12 $18.04 $20.21 $18.63 $13.86 1345 Crane Operator, Hydraulic Over 80 Tons 1342 Crane Operator, Lattice Boom 80 Tons or Less $16.82 $14.39 $13.85 $17.27 $15.87 $17.27 $14.67 $16.42 $14.97 $13.87 1343 Crane Operator, Lattice Boom Over 80 Tons $20.52 $19.38 $20.52 $17.49 $25.13 $15.80 1306 Crawler Tractor Operator $13.96 $16.63 $13.62 $14.26 $15.67 $14.07 $13.15 $13.38 $14.60 $13.68 $13.50 1351 Crusher or Screen Plant Operator 1446 Directional Drilling Locator $11.67 1445 Directional Drilling Operator $20.32 $17.24 1139 Electrician $20.96 $19.87 $19.80 $26.35 $20.27 $19.80 $20.92 $27.11 $19.87 1347 Excavator Operator, 50,000 pounds or less $13.46 $12.56 $13.67 $17.19 $12.88 $14.38 $13.49 $17.19 $13.88 $14.09 $12.71 $14.42 1348 Excavator Operator, Over 50,000 pounds $15.23 $13.52 $17.04 $17.71 $16.99 $18.80 $16.22 $14.53 $13.52 1150 Flagger $9.301 $9.10 $8.50 $10.28 $8.81 $9.45 $8.70 $10.06 $9.71 $9.03 $8.61 $9.08 $9.90 $10.33 $8.10 1151 Form Builder/Setter, Structures $13.52 $12.30 $13.38 $12.91 $12.71 $12.87 $12.38 $12.26 $13.84 $12.98 $13.07 $13.61 $12.821 $14.73 $12.231 $12.25 1160 Form Setter, Paving & Curb $12.36 $12.16 $13.93 $11.83 $10.71 $12.94 $13.16 $12.54 $11.33 $10.69 $13.33 $12.34 $13.93 1360 Foundation Drill Operator, Crawler Mounted $17.99 $17.99 $17.43 1363 Foundation Drill Operator, Truck Mounted $16.86 $22.05 $21.51 $16.93 $21.07 $20.20 $20.76 $17.54 $21.39 $15.89 $22.05 1369 Front End Loader Operator, 3 CY or Less $12.28 $13.49 $13.40 $13.85 $13.04 $13.15 $13.29 $13.69 $12.64 $12.89 $13.51 $13.32 $12.17 1372 Front End Loader Operator, Over 3 CY $12.77 $13.69 $12.331 $14.96 $13.21 $12.86 $13.57 $14.72 $13.75 $12.32 $13.19 $13.17 $13.02 1329 Joint Sealer 1172 Laborer, Common$10.30 $9.86 $10.06 $10.51 $10.71 $10.50 $10.24 $10.58 $10.72 $10.45 $10.30 $10.25 $10.031 $10.54 $11.02 $10.15 1175 1-aborer, Utility $11.80 $11.53 $12.70 $12.17 $11.81 $12.27 $12.111 $11.33 $12.321 $11.80 $11.53 $11.231 $11.501 $11.95 $11.73 $12.37 1346 Loader/Backhoe Operator $14.18 $12.77 $12.97 $15.68 $14.12 1 $15.18 $13.58 $12,871 1 $13.21 $14.13 $14.291 $12.90 N 0 N CLASS.# CLASSIFICATION DESCRIPTION ZONE TX02 1/4/19 ZONE TX03 1/4/19 ZONE TX04 1/4/19 ZONE TX05 1/4/19 ZONE TX06 1/4/19 ZONE TX07 114119 ZONE TX08 114119 ZONE TX24 114119 ZONE TX25 114/19 ZONE TX27 1/4119 ZONE TX28 1/4/19 ZONE TX29 1/4119 ZONE TX30 1/4/19 ZONE TX37 114/19 ZONE TX38 1/4/19 ZONE TX42 1/4119 1187 Mechanic $20.14 $15.47 $17.47 $17.74 $17.00 $17.10 $17.68 $18.94 $18.58 $17.00 $16.61 $18.46 $16.96 $17.47 1380 Milling Machine Operator $15.54 $14.64 $12.22 $14.29 $14.18 $14.32 $14.35 $12.86 $14.75 $13.53 $12.80 1390 Motor Grader Operator, Fine Grade $17.49 $16.52 $16.86 $17.12 $18.37 $18.51 $16.69 $16.13 $17.19 $16.35 $17.07 $17.74 $17.47 $17.08 $15.69 $20.01 1393 Motor Grader. Operator, Rough $16.15 $14.62 $15.83 $16.20 $17.07 $14.63 $18.50 $16.02 $16.44 $15.12 $16.85 $14.47 $17.39 $14.23 $15.53 1413 Off Road Hauler $10.08 $12.26 $11.88 $12.25 $12.23 $13.00 $14.60 1196 Painter, Structures $21.29 $18.34 $21.29 $18.62 1396 Pavement Marking Machine Operator $16.42 $13.10 $13.55 $19.17 $12.01 $13.63 $14.60 $13.17 $16.65 $10.54 $11.18 $13.10 1443 Percussion or Rotary Drill Operator 1202 Piledriver $14.95 1205 Pipelayer $11.87 $14.64 $13.17 $11.171 $12.79 $11.37 $13.24 $12.66 $13.24 $11.17 $11.67 $12.12 $14.64 1384 Reclaimer/Pulverizer Operator $12.851 $11.90 $12.88 $11.011 $10.46 1500 Reinforcing Steel Worker $13.50 $14.07 $17.53 $16.17 $14.00 $16.18 $12.74 $15.83 $17.101 $15.15 $17.72 1402 Roller Operator, Asphalt $10.95 $11.96 $13.29 $12.78 $11.61 $13.08 $12.36 $11.68 $11.71 $11.95 $11.50 1405 Roller Operator, Other $10.36 $10.44 $11.82 $10.50 $11.641 $11.51 $10.59 $10.30 $12.04 $12.85 $11.57 $10.66 1411 Scraper Operator $10.61 $11.07 $10.85 $12.88 $12.27 $11.12 $12.96 $11.88 $12.43 $11.22 $13.95 $13.47 $10.89 1417 Self -Propelled Hammer Operator 1194 Servicer $13.98 $12.34 $14.11 $14.74 $14.51 $15.56 $13.44 $14.58 $14.31 $13.831 $12.43 $13.72 $13.97 $14.11 1513 Sign Erector 1708 Slurry Seal or Micro -Surfacing Machine Operator 1341 Small Slipform Machine Operator $15.96 1515 Spreader Box Operator $12.60 $13.12 $14.71 $14.04 $14.73 $13.84 $13.68 $13.45 $11.83 $13.58 $14.05 1705 Structural Steel Welder $12.85 1509 Structural Steel Worker $19.29 $14.39 1339 Subgrade Trimmer 1143 Telecommunication Technician 1145 Traffic Signal/Light Pole Worker $16.00 1440 Trenching Machine Operator, Heavy $18.48 1437 Trenching Machine Operator, Light 1609 Truck Driver Lowboy -Float $14.46 $13.63 $13.41 $15.00 $15.93 $15.66 $16.24 $16.39 $14.30 $16.62 $15.63 $14.28 $16.03 $13.41 1612 Truck Driver Transit -Mix $14.14 $14.14 1600 Truck Driver, Single Axle $12.74 $10.82 $10.75 $13.04 $11.61 $11.79 $13.53 $13.16 $12.31 $13.40 $10.30 $11.61 $11.97 $11.46 $10.75 1606 Truck Driver, Single or Tandem Axle Dump Truck $11.33 $14.53 $11.95 $12.95 $11.68 $14.06 $12.621 $11.45 $12.28 $13,081 $11.68 $11.481 $11.10 1607 Truck Driver, Tandem Axle Tractor with Semi Trailer $12.49 $12.12 $12.50 $13.42 $12.81 $13.16 $12.86 $16.22 $12.50 $13.80 $12.27 $12.50 1441 Tunneling Machine Operator, Heavy 1442 Tunneling Machine Operator, Light 1706 Welder $14.02 1 $14.86 $15.97 $13.74 $14.84 $13.78 1520 Work Zone Barricade Servicer $10.30 $12.88 $11.46 $11.70 $11.57 $11.85 $10.77 $11.68 $12.20 $11.22 $11.51 $12.96 $10.54 $11.67 $11.76 Notes: Any worker employed on this project shall be paid at the rate of one and one half( 1-1/2) times the regular rate for every hour worked in excess of forty (40) hours per week. The titles and descriptions for the classifications listed here are further detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Ltdustrial Construction in Texas. AGC will make it available on its Web site for any contractor. N O W TEXAS COUNTIES IDENTIFIED BY WAGE RATE ZONES: 2, 3, 4, 5, 6, 7, 8, 24, 25, 27, 28, 29, 30, 37, 38, 42 County Name Zone County Name Zone County Name Zone County Name Zone Anderson 28 Donley 37 Karnes 27 Reagan 37 Andrews 37 Duval 30 Kaufman 25 Real 37 Angelina 28 Eastland 37 Kendall 7 Red River 28 Aransas 29 Ector 2 Kenedy 30 Reeves 8 Archer 25 Edwards 8 Kent 37 Refugio 27 Armstrong 2 EI Paso 24 Kerr 27 Roberts 37 Atascosa 7 Ellis 25 Kimble 37 Robertson 7 Austin 38 Erath 28 King 37 Rockwall 25 Bailey 37 Falls 28 Kinney 8 Runnels 37 Bandera 7 Fannin 28 Kleberg 27 Rusk 4 Bastrop 7 Fayette 27 Knox 37 Sabine 28 Baylor 37 Fisher 37 Lamar 28 San Augustine 28 Bee 27 Floyd 37 Lamb 37 San Jacinto 38 Bell 7 Foard 37 Lampasas 7 San Patricio 29 Bexar 7 Fort Bend 38 LaSalle 30 San Saba 37 Blanco 27 Franklin 28 Lavaca 27 Schleicher 37 Borden 37 Freestone 28 Lee 27 Scurry 37 Bosque 28 Frio 27 Leon 28 Shackelford 37 Bowie 4 Gaines 37 Liberty 38 Shelby 28 Brazoria 38 Galveston 38 Limestone 28 Sherman 37 Brazos 7 Garza 37 Lipscomb 37 Smith 4 Brewster 8 Gillespie 27 Live Oak 27 Somervell 28 Briscoe 37 Glasscock 37 Llano 27 Starr 30 Brooks 30 Goliad 29 Loving 37 Stephens 37 Brown 37 Gonzales 27 Lubbock 2 Sterling 37 Burleson 7 Gray 37 Lynn 37 Stonewall 37 Burnet 27 Grayson 25 Madison 28 Sutton 8 Caldwell 7 Gregg 4 Marion 28 Swisher 37 Calhoun 29 Grimes 28 Martin 37 Tarrant 25 Callahan 25 Guadalupe 7 Mason 27 Taylor 2 Cameron 3 Hale 37 Matagorda 27 Terrell 8 Camp 28 Hall 37 Maverick 30 Terry 37 Carson 2 Hamilton 28 McCulloch 37 Throckmorton 37 Cass 28 Hansford 37 McLennan 7 Titus 28 Castro 37 Hardeman 37 McMullen 30 Tom Green 2 Chambers 38 Hardin 38 Medina 7 Travis 7 Cherokee 28 Harris 38 Menard 37 Trinity 28 Childress 37 Harrison 42 Midland 2 Tyler 28 Clay 25 Hartley 37 Milam 28 Upshur 4 Cochran 37 Haskell 37 Mills 37 Upton 37 Coke 37 Hays 7 Mitchell 37 Uvalde 30 Coleman 37 Hemphill 37 Montague 37 Val Verde 8 Collin 25 Henderson 28 Montgomery 38 Van Zandt 28 Collingsworth 37 Hidalgo 3 Moore 37 Victoria 6 Colorado 27 Hill 28 Morris 28 Walker 28 Comal 7 Hockley 37 Motley 37 Waller 38 Comanche 37 Hood 28 Nacogdoches 28 Ward 37 Concho 37 Hopkins 28 Navarro 28 Washington 28 Cooke 37 Houston 28 Newton 28 Webb 3 Coryell 7 Howard 37 Nolan 37 Wharton 27 Cottle 37 Hudspeth 8 Nueces 29 Wheeler 37 Crane 37 Hunt 25 Ochiltree 37 Wichita 5 Crockett 8 Hutchinson 37 Oldham 37 Wilbarger 37 Crosby 2 Irion 2 Orange 38 Willacy 30 Culberson 8 Jack 28 Palo Pinto 28 Williamson 7 Dallam 37 Jackson 27 Panola 28 Wilson 7 Dallas 25 Jasper 28 Parker 25 Winkler 37 Dawson 37 Jeff Davis 8 Parmer 37 Wise 25 Deaf Smith 37 Jefferson 38 Pecos 8 Wood 28 Delta 25 Jim Hogg 30 Polk 28 Yoakum 37 Denton 25 Jim Wells 27 Potter 2 Young 37 DeWitt 27 Johnson 25 Presidio 8 Zapata 30 Dickens 37 Jones 25 Rains 28 Zavala 30 Dimmit 30 Randall 2 01-04-2019 204 CITY OF PEARLAND TXDOT LGPP REQUIREMENTS Section 00850-T TXDOT LOCAL GOVERNMENT PROJECT PROCEDURES REQUIREMENTS In addition to the City of Pearland standard contract documents, the following documents are required for projects receiving reimbursement from the U.S. Department of Transportation Federal Highway Commission and/or the Texas Department of Transportation. FHWA-1273 Required Contract Provisions Bidder Certification (1 page) Buy America Provision (2 pages) Buy America — Material Statement (1 page) Child Support Statement (1 page) Child Support Certification (1 page) Child Support Business Ownership Form (1 page) Contractor Acknowledgment of Stormwater Management Program (1 page) Contractor's Assurance (1 page) Debarment Certification (1 page) Differing Site Conditions (1 page) Disadvantaged Business Enterprises (DBE) Provisions (8 pages) Disadvantaged Business Enterprise Requirements (1 page) DBE Commitment Agreement Form (1 page) DBE Material & Supplier Commitment Agreement Form (1 page) DBE Substitution Request Form (1 page) DBE Commercially Useful Function Project Site Review (2 pages) DBE Trucking Credit Worksheet (1 page) DBE Good Faith Effort — Prime Contractor (2 pages) DBE Monthly Progress Report (1 page) DBE/SBE Prompt Payment Certification (1 page) DBE Prime Contractor Payments to Non -DBE Subcontractors (1 page) DBE Final Report (1 page) Equipment Rental Rates (2 pages) Lobbying Certification Forms (2 pages) Non -Collusion Statement (2 pages) Payroll Verification Information (1 page) Prison Produced Materials Provision (1 page) Railroad Insurance Provision (when work is in Railroad ROW) (2 pages) SBE Monthly Progress Report (1 page) TxDOT Certificate of Insurance — Form 1560 (2 pages) 205 CITY OF PEARLAND KE(.,tUIKEU UUN I KAU I F'KUV161UN6 FEDERAL -AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General 11. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design - build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. FHWA-1273 — Revised May 1, 2012 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. Ii. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under 3-2016 00850-T - 2 of 57 206 CITY OF PEARLAND KEUUIKLU UUN I KAU I F'KUV151UN5 FEDERAL -AID CONSTRUCTION CONTRACTS this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "it is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the- job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do SO. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are 3-2016 00850-T - 3 of 57 207 KE(.,2UIKEU UUN I KAU I F'KUV151UN5 CITY OF PEARLAND FEDERAL -AID CONSTRUCTION CONTRACTS applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on -the -jab training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to fumish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terns of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. S. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor 3-2016 00850-T - 4 of 57 208 KLUUNEU UUN I KAU I F'KUV151UN5 CITY OF PEARLAND FEDERAL -AID CONSTRUCTION CONTRACTS will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. Ill. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of- way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or 3-2016 00850-T - 5 of 57 209 CITY OF PEARLAND KEUUIKEU UUN I KAU I F'KUV151UN5 FEDERAL -AID CONSTRUCTION CONTRACTS will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or i.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis - Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(2lXi), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any forth desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shalt certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 3-2016 00850-T - 6 of 57 210 CITY OF PEARLAND Kt(.,2UIKtU UUN I KAU I HKUV151UN5 FEDERAL -AID CONSTRUCTION CONTRACTS (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. 3-2016 00850-T - 7 of 57 211 CITY OF PEARLAND RLIJUNEU UUN I RAU I HKUV151UN5 FEDERAL -AID CONSTRUCTION CONTRACTS d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis - Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering Into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's fine is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. 3-2016 00850-T - 8 of 57 212 REWINEU UUN I KAU I F'KUV151UN5 CITY OF PEARLAND FEDERAL -AID CONSTRUCTION CONTRACTS VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this tern if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal -aid construction contracts and to all related subcontracts_ In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal - aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Forth FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: 3-2016 00850-T - 9 of 57 213 KLUUNLU UUN 1 KAU I NKUV151UN5 CITY OF PEARLAND FEDERAL -AID CONSTRUCTION CONTRACTS "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both" IX. IMPLEMENTATION OF CLEAN AtR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (htti)s://www.epls.clov/), which is compiled by the General Services Administration. 3-2016 00850-T - 10 of 57 214 CITY OF PEARLAND KtzUUIKLU UUN I KAU I F'KUV151UN5 FEDERAL -AID CONSTRUCTION CONTRACTS i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 GFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which 3-2016 this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of 10 changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httos://www.eois.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the 00850-T - 11 of 57 215 HEUUNEU UUN i KAU I F'KUV151UN5 CITY OF PEARLAND FEDERAL -AID CONSTRUCTION CONTRACTS department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 3-2016 00850-T - 12 of 57 216 CITY OF PEARLAND KLUUIKEU UUN I KAU I HKUV151UN5 FEDERAL -AID CONSTRUCTION CONTRACTS ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 12 3-2016 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 00850-T - 13 of 57 217 CITY OF PEARLAND BIDDER CERTIFICATION Bidder Certification By signing the proposal the bidder certifies: 1. the only persons or parties interested in this proposal are those named and the bidder has not directly or indirectly participated in collusion, entered into an agreement or otherwise taken any action in restraint of free competitive bidding in connection with the above captioned project. 2. in the event of the award of a contract, the organization represented will secure bonds for the full amount of the contract. 3. the signatory represents and warrants that they are an authorized signatory for the organization for which the bid is submitted and they have full and complete authority to submit this bid on behalf of their firm. 4. that the certifications and representations contained in the proposal are true and accurate and the bidder intends the proposal to be taken as a genuine government record. 3-2016 00850-T - 14 of 57 218 .�l Ia we]3»_\:7A_1011�� Buy America BUY AMERICA General. Current regulations require the use of domestic steel and iron in federally funded highway construction. All steel and iron products must be of domestic origin. All manufacturing processes must take place domestically. All foreign steel and iron materials and products are covered by Buy America regulations regardless of the percentage they comprise in a manufactured product or the form they may take. The regulations allow bidders and the LG some latitude through minimum use, waivers and alternate bids. As previously mentioned, all manufacturing processes must take place domestically. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process that modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. These processes include rolling, extruding, machining, bending, grinding, drilling and coating. Coating includes epoxy coating, galvanizing, painting, or any other coating that protects or enhances the value of the material. Buy America does not apply to raw materials (iron ore and alloys), scrap, pig iron or processed, pelletized, and reduced iron ore. Insufficient domestic supplies of raw materials caused FHWA to issue a nationwide waiver allowing foreign source supplies of these items. The waiver may be found at the FHWA website (http://www.fhwa.dot.gov/programadmin/contracts/032495.cfn). If domestically produced steel billets or iron ingots are shipped overseas for any manufacturing process, and then returned to the U.S., the resulting product does not conform to the Buy America requirements. The manufacturing process for a steel/iron product is considered complete when the product is ready for use as an item (e.g., fencing, posts, girders, pipe, manhole cover, etc.) or could be incorporated as a component of a more complex product through a further manufacturing process (e.g., the case for a traffic signal head). The final assembly process does not need to be accomplished domestically so long as the steel/iron component is only installed and no manufacturing process is performed on the steel/iron component. Example: Shapes produced domestically from foreign source steel billets are not acceptable under Buy America since the initial melting and mixing of alloys to create the steel occurred in a foreign country. Example: All welding must take place domestically since the welding rod itself is typically an iron/steel product and the welding process substantially alters the rod. Buy America does not apply to minimal use of iron/steel materials provided that the total cost of all foreign source items used in the project, as delivered to the project site, is less than $2,500 or one -tenth -of -one -percent (1/10 of 1%) of the contract amount, whichever is greater. If a supplier or fabricator wishes to use a partial fabrication process where domestic and foreign source components are assembled at a domestic location, the "as delivered cost" of the foreign components should include any transportation, assembly and testing costs required to install them in the final product. 3-2016 00850-T - 15 of 57 219 CITY OF PEARLAND BUY AMERICA For the Buy America requirements to apply, the steel or iron product must be permanently incorporated into the project. Buy America does not apply to temporary steel items (e.g. temporary sheet piling, temporary bridges, steel scaffolding and falsework, etc.) Further, Buy America does not apply to materials that remain in place at the contractor's convenience. The practice of making otherwise eligible items non -participating for the purpose of circumventing the Buy America requirements is unacceptable and will not be approved. There is no clear-cut rule for resolving an after -the -fact discovery of an inadvertent incorporation of an excess amount of foreign materials into a project. Each situation should be resolved on a case-by-case basis. FHWA retains the authority to resolve all Buy America issues. Buy America provisions apply to all material incorporated in a Federal -aid project, even if an item is rendered as a "donated material" in accordance with 23 U.S.C. 323 - Donations and Credits. While the LG may receive a credit for donated material, this material must generally comply with Buy America. Waivers. Approval authority for waivers of Buy America requirements is retained by FHWA for all federally funded projects. The FHWA may grant a waiver of the Buy America requirements for specific projects if the LG can demonstrate either of the following: 1. Compliance with the requirements is inconsistent with the public interest; or 2. Insufficient quantities of satisfactory quality domestic products are available. Materials delivery delay will not be considered as grounds for a waiver. The cost differential between domestic and foreign products is also not grounds for a waiver. An LG may apply for a waiver of the Buy America provisions if it believes that a waiver is warranted. The LG must submit the waiver request with supporting information through TxDOT to FHWA sufficiently in advance of need to allow time for proper review and action. Alternative Bidding Procedures. An alternative bidding procedure may be used to justify the use of foreign steel or iron. Under this procedure, the total project is bid using two alternatives: one which is based on foreign source products, and the second, using domestic products. The use of foreign products may be justified if the lowest total bid based on domestic steel or iron products is 25 percent more than the lowest bid using corresponding foreign steel or iron products. The 25 percent differential applies to the total bid for the entire project, not just the bids for the steel or iron products. Enforcement. The LG is responsible for enforcing the Buy America provisions. The contract provisions should require the contractor to provide a definitive statement about the origin of all products covered under the Buy America provisions. An alternate procedure is to use step certification for products. Under step certification, each handler of the product (supplier, fabricator, manufacturer, processor, etc.) certifies that his or her step in the process was domestically performed. 3-2016 00850-T - 16 of 57 220 W t N Form 1818 0 Rev. 08/12) (a.k.a. Form D -9 -USA -1) 0 0 00 0 0 LAM N N Supplier: Address: Contract No.: Material Statement County: Project: Control: Contractor: Sheet of Purchase Order No. Quantity (Amt./Units) Material Description Mill Name Heat No. Material Use Required Spec. Documentation MTR Cert. This is to certify that the materials listed above and on die attached supplement (if attached) are in conformance with the governing specitication(s). This is to also certify that all manufacturing processes for steel and iron materials or for the application of coatings (epoxy, galvanizing, painting or any other coating that protects or enhances the value of the steel or iron metal) to these materials occurred in the United States of America. Mantrfacnuing processes are defined as all processes required to change the raw ore or scrap metal into the finished in-place steel or iron product. The attached mill test reports (MTRs) and Certifications (Cert.) are offered as proofol'Domestic Origin. Subscribed and sworn to before me this day of Notary Public My Commission expires: I declare under penalty of peijuty under the laws of the United States of America and the State of Texas that the foregoing is true and correct and that I am authorized to sign for the Firm listed below. (Authorized Corporate Official Signature) (Type Name and Title) (Finn Name) Date CITY OF PEARLAND CHILD SUPPORT STATEMENT Child Support Statement Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. 3-2016 00850-T - 18 of 57 222 CITY OF PEARLAND CHILD SUPPORT CERTIFICATION State of Texas Health & Human Services Commission Child Support Certification 1. Section 231.006, Texas Family Code, as amended by Section 82 of House Bill No. 433, 74th Regular Legislative Session (Acts 1995, 74th Leg., R.S., ch. 751), prohibits the payment of state funds under a grant, contract, or loan to • a person who is more than 30 days delinquent in the payment of child support, and • a business entity in which such a person is the sole proprietor, partner, shareholder or owner with an ownership interest of at least 25%. Section 231.006 further provides that a person or business entity that is ineligible to receive payments for the reasons stated above shall continue to be ineligible to receive payments from the state under a contract, grant, or loan until • all arrearages have been paid, or • the person is in compliance with a written repayment agreement or court order as to any existing delinquency. Section 231.006 further requires each bid, or application for a contract, grant, or loan to include • the name and social security number of the individual or sole proprietor and each partner, shareholder, or owner with an ownership interest of at least 25% of the business entity submitting the bid or application, and • the statement in Part III below. Section 231.006 authorizes a state agency to terminate a contract if it determines that statement required below is inaccurate or false. In the event the statement is determined to be false, the vendor is liable to the state for attorney's fees, costs necessary to complete the contract [including the cost of advertising and awarding a second contract], and any other damages provided by law or contract. if. In accordance with Section 231.006, the names and social security numbers of the individual identified in the contract, bid, or application, or of each person with a minimum 25% ownership interest in the business entity identified therein are provided below. Name Social Security # N/A III. As required by Section 231.006, the undersigned certifies the following: "Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment, and acknowledges that this contract may be terminated and payment withhel this certification is inaccurate." President Signature Title Scott A air asf IM QA_OfI Printed Name Date 3-2016 00850-T - 19 of 57 223 CITY OF PEARLAND STATE OF TEXAS CHILD SUPPORT BUSINESS OWNERSHIP FORM State of Texas Child Support Business Ownership Form County: BRAZORIA TxDOT CSJ: 0912-31-290 Business Entity Submitting Bid: Project Name: McHARD ROAD EXPANSION LG Project Number: James Construction Group, LLC TR1405 Section 231.006, Family Code, requires a bid for a contract paid from state funds to include the names and social security number of individuals owning 25% or more of the business entity submitting the bid. 1. In the spaces below please provide the names and social security number of individuals owning 25% or more of the business. Name N/A Social Security Number 2. Please check the box below if no individual owns 25% or more of the business. ( X i No individual own 25% or more of the business. Except as provided by Section 231.302(d), Family Code, a social security number is confidential and may be disclosed only for the purpose of responding to a request for information from an agency operating under the provisions of Part A and D to Title IV of the Federal Social Security Act (42 USC Section 601-617 and 651-699). Under Section 231.006, Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. The information collected on this form will be maintained by, CITY OF PEARLAND _ With few exceptions, you are entitled on request to be informed about the information couemea aoouc you. unaer 5ecuons 552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under Section 559.004 of the Government Code, you are also entitled to have information about you corrected that you believe is incorrect. Signature Scott Adair President Printed Name IF THIS PROJECT IS A JOINT VENTURE, ALL PARTIES TO THE JOINT VENTURE MUST PROVIDE A COMPLETED FORM. 3=2016 00850-T - 20 of 57 224 CONTRACTOR ACKNOWLEDGEMENT OF CITY OF PEARLAND STORMWATER MANAGEMENT PROGRAM Contractor Acknowledgement of Stormwater Management Program I hereby acknowledge that I am aware of the stormwater management program and standard operating procedures developed by OWNER in compliance with the TPDES General Permit No. . I agree to comply with all applicable best management practices and standard operating procedures while conducting my services for OWNER. I agree to conduct all services in a manner that does not introduce illicit discharges of pollutants to streets, stormwater inlets, drainage ditches or any portion of the drainage system. The following materials and/or pollutant sources must not be discharged to the drainage system as a result of any services provided: 1. Grass clippings, leaves, mulch, rocks, sand, dirt or other waste materials resulting from landscaping activities, (except those materials resulting from ditch mowing or maintenance activities) 2. Herbicides, pesticides and/or fertilizers, (except those intended for aquatic use) 3. Detergents, fuels, solvents, oils and/or lubricants, other equipment and/or vehicle fluids, 4. Other hazardous materials including paints, thinners, chemicals or related waste materials, 5. Uncontrolled dewatering discharges, equipment and/or vehicle wash waters, 6. Sanitary waste, trash, debris, or other waste products 7. Wastewater from wet saw machinery, 8. Other pollutants that degrade water quality or pose a threat to human health or the environment. Furthermore, I agree to notify OWNER immediately of any issue caused by or identified by: James Construction Group, LLC (Company/Contractor) that is believed to be an immediate threat to human health or the environment. (1-2 \-� 0 Contractor Sig ture Date Scott Adair Printed Name President Title 3-2016 00850-T - 21 of 57 225 CITY OF PEARLAND CONTRACTOR'S ASSURANCE CONTRACTOR'S ASSURANCE (Subcontracts -Federal Aid Projects) The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. By signing this Bid, the contractor is giving assurances that all subcontract agreements will incorporate the Standard Specification and Special Provision to Section 9.9, "Payment Provisions for Subcontractors", all subcontract agreements exceeding $2,000 will incorporate the applicable "Wage Determination Decision", and, all subcontract agreements of $10,000 or more will incorporate the following: Special Provision "Certification of Nondiscrimination in Employment" Special Provision "Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity" (Executive Order 11246) Special Provision "Standard Federal Equal Employment Opportunity Construction Contract Specifications" (Executive Order 11246) Form FHWA 1273 "Required Contract Provisions Federal -aid Construction Contracts" (Form FHWA 1273 must also be physically attached to subcontracts and purchase orders of $10,000 or more) 3-2016 00850-T - 22 of 57 226 CITY OF PEARLAND DEBARMENT CERTIFICATION Debarment Certification General. Contractors are not allowed to participate in federally funded projects if they are suspended or debarred. The prime contractor is required to certify as to their current eligibility status. Certification is also required of all prospective participants in lower tier transactions. This includes subcontractors, material suppliers, vendors, etc. Each participant must certify: "...that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency .... and that they have not been convicted or had civil judgment rendered within the past three years for certain types of offenses." The General Services Administration (GSA) has the responsibility to compile, maintain, and distribute the list of suspended and debarred parties that are excluded from all Federal procurement and non -procurement programs. The GSA list is distributed to all FHWA field offices and is provided to TxDOT to assure that suspended or debarred parties are not awarded federal -aid highway projects. GSA's list of debarred firms (Excluded Parties List) may be accessed at https://www.sain.gov/portal/public/SAM/. The State of Texas has similar requirements prohibiting contracts with debarred contractors. The state's list of debarred firms (Comptrollers List) may be accessed at http://www.window.state.tx.us/procurement/prog/vendor_perfonnance/. 3-2016 00850-T - 23 of 57 227 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FOR COVERED CONTRACTS Federal Executive Orders 12549 and 12689 require the Texas Health and Human Services Commission (HHSC) to screen each covered potential contractor to determine whether each has a right to obtain a contract in accordance with federal regulations on debarment, suspension, ineligibility, and voluntary exclusion. Each covered contractor must also screen each of its covered subcontractors. In this certification "contractor" refers to both contractor and subcontractor; "contract" refers to both contract and subcontract. By signing and submitting this certification the potential contractor accepts the following terms: 1. The certification herein below is a material representation of fact upon which reliance was placed when this contract was entered into. If it is later determined that the potential contractor knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the Department of Health and Human Services, United States Department of Agriculture or other federal department or agency, or the HHSC may pursue available remedies, including suspension and/or debarment. 2. The potential contractor will provide immediate written notice to the person to which this certification is submitted if at any time the potential contractor learns that the certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. The words "covered contract", "debarred", "suspended", "ineligible", "participant", "person", "principal", "proposal", and 'voluntarily excluded", as used in this certification have meanings based upon materials in the Definitions and Coverage sections of federal rules implementing Executive Order 12549. Usage is as defined in the attachment. 4. The potential contractor agrees by submitting this certification that, should the proposed covered contract be entered into, it will not knowingly enter into any subcontract with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the Department of Health and Human Services, United States Department of Agriculture or other federal department or agency, and/or the HHSC, as applicable. Do you have or do you anticipate having subcontractors under this proposed contract?........................................................................ UN Yes ❑ No 5. The potential contractor further agrees by submitting this certification that it will include this certification titled "Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion for Covered Contracts" without modification, in all covered subcontracts and in solicitations for all covered subcontracts. 6. A contractor may rely upon a certification of a potential subcontractor that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless it knows that the certification is erroneous. A contractor must, at a minimum, obtain certifications from its covered subcontractors upon each subcontract's initiation and upon each renewal. 7. Nothing contained in all the foregoing will be construed to require establishment of a system of records in order to render in good faith the certification required by this certification document. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 8. Except for contracts authorized under paragraph 4 of these terms, if a contractor in a covered contract knowingly enters into a covered subcontract with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the federal government, Department of Health and Human Services, United States Department of Agriculture, or other federal department or agency, as applicable, and/or the HHSC may pursue available remedies, including suspension and/or debarment. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FOR COVERED CONTRACTS Indicate in the appropriate box which statement applies to the covered potential contractor: ® The potential contractor certifies, by submission of this certification, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded form participation in this contract by any federal department or agency or by the State of Texas. ❑ The potential contractor is unable to certify to one or more of the terns in this certification. In this instance, the potential contractor must attach an explanation for each of the above terms to which he is unable to make certification. Attach the explanation(s) to this certification. iaames onstruction�p oup, LLC I,�,Tio�o��opi3l� utity No. HHSC Contract No. (if applicable) Printedfryped Name and Title of Authorized Representative o?yMnne?C-Dr) Scott Adair President Authorize Representative Date Page I of 2 5/22/95 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FOR COVERED CONTRACTS FITOWTIYMti Z . Covered Contracts/Subcontract. (1) Any nonprocurement transaction which involves federal funds (regardless of amount and including such arrangements as subgrant and are between HHSC or its agents and another entity. (2) Any procurement contract for goods or services between a participant and a person, regardless of type, expected to equal or exceed the federal procurement small purchase threshold fixed at 10 U.S.C. 2304(g) and 41 U.S.C. 253(g) (currently $25,000) under a grant or subgrant. (3) Any procurement contract for goods or services between a participant and a person under a covered grant, subgrant, contract or subcontract, regardless of amount, under which that person will have a critical influence on or substantive control over that covered transaction: a. Principal investigators. b. Providers of audit services required by the HHSC or federal funding source. c. Researchers. Debarment. An action taken by a debarring official in accordance with 45 CFR Part 76 (or comparable federal regulations) to exclude a person from participating in covered contracts. A person so excluded is "debarred". Grant. An award of financial assistance, including cooperative agreements, in the form of money, or property in lieu of money, by the federal government to an eligible grantee. Ineligible. Excluded from participation in federal nonprocurement programs pursuant to a determination of ineligibility under statutory, executive order, or regulatory authority, other than Executive Order 12549 and its agency implementing regulations; for example, excluded pursuant to the Davis -Bacon Act and its implement regulations, the equal employment opportunity acts and executive orders, or the environmental protection acts and executive orders. A person is ineligible where the determination of ineligibility affects such person's eligibility to participate in more than one covered transaction. Participant. Any person who submits a proposal for, enters into, or reasonably may be expected to enter into a covered contract. This term also includes any person who acts on behalf of or is authorized to commit a participant in a covered contract as an agent or representative of another participant. Person. Any individual, corporation, partnership, association, unit of government, or legal entity, however organized, except: foreign governments or foreign governmental entities, public international organizations, foreign government owned (in whole or in part) or controlled entities, and entities consisting wholly or partially of foreign governments or foreign governmental entities. Principal. Officer, director, owner, partner, key employee, or other person within a participant with primary management or supervisory responsibilities; or a person who has a critical influence on or substantive control over a covered contract whether or not the person is employed by the participant. Persons who have a critical influence on or substantive control over a covered transaction are: (1) Principal investigators. (2) Providers of audit services required by the HHSC or federal funding source. (3) Researchers. Proposal. A solicited or unsolicited bid, application, request, invitation to consider or similar communication by or on behalf of a person seeking to receive a covered contract. Suspension. An action taken by a suspending official in accordance with 45 CFR Part 76 (or comparable federal regulations) that immediately excludes a person from participating in covered contracts for a temporary period, pending completion of an investigation and such legal, debarment, or Program Fraud Civil Remedies Act proceedings as may ensue. A person so excluded is "suspended". Voluntary exclusion or voluntarily excluded. A status of nonparticipation or limited participation in covered transactions assumed by a person pursuant to the terns of a settlement. Page 2 of 2 5/22/95 CITY OF PEARLAND 23 U.S.C. 112(e) DIFFERING SITE CONDITIONS Differing Site Conditions (1) General rule.— The Secretary shall issue regulations establishing and requiring, for inclusion in each contract entered into with respect to any project approved under section 1.06 of this title a contract clause, developed in accordance with guidelines established by the Secretary, which equitably addresses each of the following: (A) Site conditions. (B) Suspensions of work ordered by the State (other than a suspension of work caused by the fault of the contractor or by weather). (C) Material changes in the scope of work specified in the contract. The guidelines established by the Secretary shall not require arbitration. (2) Limitation on applicability.— (A) State law.— Paragraph (1) shall apply in a State except to the extent that such State adopts or has adopted by statute a formal procedure for the development of a contract clause described in paragraph (1) or adopts or has adopted a statute which does not permit inclusion of such a contract clause. (B) Design -build contracts.— Paragraph (1) shall not apply to any design -build contract approved under subsection (b)(3). 3-2016 00850-T - 24 of 57 228 CITY OF PEARLAND DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS Project: McHARD ROAD EXPANSION (TR1405) Highway: N/A City: PEARLAND County: BRAZORIA CSJ No.: 0912-31-290 The following goal for disadvantaged business enterprises is established: DBE 3.5% Certification of DBE Goal Attainment By signing the Bid, the Bidder certifies that the above DBE Goal will be met by obtaining commitments equal to or exceeding the DBE percentage or that the Bidder will provide a good faith effort to substitute the attempt to meet the goal. Failure to provide commitments to meet the stated goal or provide a satisfactory good faith effort will be considered a breach of the requirements of the Bid. As a result, the Bid guarantee of the Bidder will be property of OWNER and the Bidder will be excluded for rebidding on the project when it is re -advertised. CONTRACTOR By: Name: SC Adair Title: President Phone: 281-350-3500 P*�P] CITY OF PEARLAND DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM COMMITMENT AGREEMENT FORM Disadvantaged Business Enterprise (DBE) Program Form sMs.4901 (Rev. 06108) Commitment Agreement Form Page 1 of 1 Tem a o, TreneportaHon This commitment is subject to the award and receipt of a signed contract from the Texas Department of Transportation for the subject project. Project#:TR 1405 County: BRAZORIA Contract-CSJ:0912-31-290 Items of work to be performed (attach a list of work items if more room is required): Bid Item # Item Description Unit of Measure Unit Price Quantity Total Per Item Total The contractor certifies by signature on this agreement that subcontracts will be executed between the prime contractor and the DBE subcontractors as listed on the agreement form. If a DBE Subcontractor is unable to perform the work as listed on this agreement form, the prime contractor will follow the substitution/replacement approval process as outlined in the Contract DBE Special Provision. IMPORTANT: The signatures of the prime contractor and the DBE, and the total commitment amount must always be on the same page. Prime Contractor: Name/Title (please print): Address: Signature: Phone: Fax: E-mail: Date: DBE: Name/Title (please print): Vendor No.: Address: Signature: Phone: Fax: E-mail: Date: Subcontractor (if the DBE will be a second tier sub): Name/Title (please print): Address: Signature: Phone: Fax: E-mail: Date: The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request to be informed about the information that we collect about you. Under §§552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under §559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. To ensure prompt and efficient handling of your project file we are requesting that all commitments to be presented to the Office of Civil Rights, using this basic format. 230 Disadvantaged Business Enterprise (DBE) Program Material & Supplier Commitment Agreement Form o/ hmW0lhlbn This commitment is subject to the award and receipt of a signed contract from the Texas Department of Transportation for the subject project. Form SMS.4901-M/S (Rev. 10/08) Page 1 of 1 Project #: TR 1405 1 County: BRAZORIA Contract-CSJ: 0912-31-290 Items of material to be supplied (attach a list if more room is required): Bid Item Item Description # Unit of Unit Price Quantity Total Per Item Measure $ $ Total Commitment Amount (including attachments): $ (Manufacturer Goal Credit =100%) 1. Is the material to be supplied, modified, blended, quarried or fabricated by the DBE? If Yes, please explain in detail. 1. If you answered Yes to Question 1 above, you do not need to answer questions 24 (Regular Dealer Goal credit = 60%) 2. Where is the DBE material supplier getting the materials? 2. 3. Where does the DBE material supplier store or warehouse the material before it is delivered to the project site? 3. 4. Whose equipment will be used to deliver the DBE's material to the project site? Explain in detail any arrangements the DBE has with other distributors, hauling firms and freight companies. 4. IMPORTANT! The signatures of the prime contractor DBE, and the total commitment amount must always be on the same page. Prime Contractor: Name/Title (please print): Address: Signature: Phone: Fax: E-mail: Date: DBE: Name/Title (please print): Vendor No.: Address: Signature: Phone: Fax: E-mail: Date: Subcontractor (if the DBE will be a second tier sub) Name/Title (please print): Address: Signature: Phone: Fax: E-mail: Date: The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request, to be informed about the information that is collected about you. Under §552.021 and 552.023 of the Texas Government code, you also are entitled to receive and review the information. Under §559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. To ensure prompt and efficient handling of your project file we are requesting that all commitments be presented to the Office of Civil Rights using this basic format. 231 CITY OF PEARLAND Project #: TR 1405 Request Date: Prime Contractor: DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SUBSTITUTION REOUEST FORM Forth 2228Disadvanta ed Business Enterprise (DBE) Program (Rev. 05/08) Substitution Request Form Page 1 of 1 County: BRAZORIA lContract-CSJ: 0912-31-290 Date Prime determined DBE unwilling, unable or ineligible: List Previous Approved Subcontractor: Proposed Subcontractor: Bid Item Work Description Dollar Amount Completed Remaining Dollar Amount Bid Item Work Description Dollar Amount Total $ Total $ Will termination result in a goal shortfall? ❑ Yes ❑ No If so, how much? Projected date Proposed Subcontractor will commence work? Reason(s) for Substitution Check Appropriate Block ❑ The listed DBE is no longer in business. ❑ The listed DBE requested removal. ❑ The listed DBE failed or refused to perform the ❑ Other issues not listed: contract or furnish the listed materials. ❑ The work performed by the listed DBE was unsatisfactory and was not in accordance with the scheduled plans and specifications. Provide copy(s) of: Letter to terminate, DBE termination agreement statement or if applicable, DBE letter of voluntary removal request. Contractor Signature: Date: ❑Approved ❑Rejected Reason: District DBE Coordinator Signature: Date: Use TxDOT Form 2184 if good faith effort is applicable. 232 CITY OF PEARLAND COMMERICALLY USEFUL FUNCTION (CUF) PROJECT SITE REVIEW COMMERCIALLY USEFUL FUNCTION (CUF) Form 2182 (Rev. 03108) PROJECT SITE REVIEW Page oft �.., (CONSTRUCTION PROJECTS) Per 49 CFR 26.55, 'A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved... A DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation..." This form is for the purposes of reviewing DBEs for compliance with the CUF requirements for credit. District field staff will perform CUF reviews on DBE subcontractors and Material Suppliers. Perform a minimum of one review for each DBE for each project with DBE goal. The review should be conducted when the DBE first begins work. Monitor compliance through the course of the project. f Project ID/CSJ: TxDOT Reviewer: j County: IIII Reviewer's Title: Prime Contractor: Review Date: DBE Name: DBE is performing as: the Prime Contractor❑ a Subcontractor El an other Tier Subcontractor❑ or Material Supplier: Manufacturer ❑ Regular Dealer ❑ Broker ❑ Provide a brief description of the DBE's scope of work. (Obtain copy of Subcontract Agreement and/or Purchase Order if needed.) COMMENSURATE YES NO Is Payment received by the DBE commensurate with the work being performed? ❑ ❑ PERFORMING Does the DBE have employees on the job to perform the work? ❑ ❑ Does the DBE's employees only work for the DBE? ❑ ❑ Is the DBE working without assistance from the prime contractor or another subcontractor? ❑ ❑ (Use of prime's equipment in an emergency is allowed but the cost associated with the use of the equipment cannot be credited towards the goal.) Is the DBE only using equipment it owns, rents, or leases? ❑ ❑ (Attach equipment list and all ownership documents and rental/lease agreements.) Is the DBE performing at least 30% of their work? ❑ ❑ HAULING FIRMS Does the DBE hauling firm own or lease their trucks? (if so, obtain verification of ownership or lease documents in ❑ ❑ the name of the DBE.) Does the DBE employ drivers for trucks owned by the company? (If leased trucks include operators, this should ❑ ❑ be indicated in the agreement.) Does a review of the haul tickets associated with the project indicate that hauling is being performed by ❑ ❑ the DBE? MATERIALS Does the DBE's name appear on all invoices, haul tickets, and/or bills of lading? ❑ ❑ If joint checks are used, has the District DBE Coordinator approved? (Obtain appropriate copies of TxDOT Joint ❑ ❑ Check Approval -Form 2178.) Are joint checks signed by the DBE? (obtain canceled check copies.) ❑ ❑ SUPERVISING Is the DBE supervising its employees and their work? ❑ ❑ Is the supervisor a full-time employee of the DBE? ❑ CUF Does the DBE appear to be performing a Commercially Useful Function (CUF)? (if no, provide comments.) ❑ ❑ If DBE is not performing a CUF, contact the OCR at 1-866-480-2518. COMMENTS 233 p�p�rtmMM W hav➢wMM Project: Contract CSJ: DBE Trucking Credit Worksheet For Month of (Month/Year): County: Prime Contractor: District: DBE Hauling Firm: Form 2371 (04110) Pagel of 1 License Plate # Unit # Name of DBE Hauling Firm or DBE Truck Owner/Operator Amt Paid to DBEs for Work Performed this Month Total Amt Paid to DBEs to Date Amt Paid to Non -DBE j Haulers For TxDOT use Only i I hereby certify that the above is a true and correct statement of the amounts paid to the DBE trucking firms listed above. Signature: DBE Company Official Date: The DBE firm must send the report to the prime contractor in a timely manner. The prime contractor must then submit this form with the DBE Monthly Progress Report (MPR). The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request to be informed about the information that we collect about you. Under Sections 552.021 and 552.023 of the Government Code, you also are entitled to receive and review this information. Under Section 559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. N W ITY OF PEARLAND Teter gepertment of TnwparLtfon County: BRAZORIA Company Name: Company Contact: Address: Phone: Fax: PRIME CONTRACTOR DBE GOOD FAITH EFFORT Prime Contractor DBE Good Faith Effort CSS #: 0912-31-290 E-mail: Form 2184 (Rev. 05/08) Page 1 of 2 The following is a list of the types of actions that may be considered as good faith efforts. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases, however please check all that apply in this instance. Please provide documentation for ALL instances selected. ❑Selected portions of work to be performed by DBEs and where appropriate, broke down contracts into economically feasible units to facilitate DBE participation. ❑ Provided interested DBE with adequate information about plans, specifications, and requirements of the contract. ❑ Negotiated in good faith with interested DBE, not rejecting DBEs as unqualified without sound reasons based on a thorough investigation of their capabilities. El Contractor. efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance required by TxDOT or Contractor. ❑ Made efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. ❑ Advertised subcontracting opportunities in appropriate media. 0Used the services of minority organizations, minority contractors' groups, local state and federal minority business assistance offices and other organizations that provide assistance identifying subcontractors. ❑ Provided written notice to DBEs in sufficient time to allow the DBE to respond. (provide documentation on Pg.2) ❑ Followed up initial solicitation of interest by contacting DBE to determine interest. (provide documentation Pg. 2) Describe any other efforts not covered above that may indicate affirmative action to obtain DBE participation on this project and provide documentation. 235 CITY OF PEARLAND PRIME CONTRACTOR DBE GOOD FAITH EFFORT Form 2184 (Rev. 05108) Page 2 of 2 If the dollar value of the goal for DBE participation in this project has not been met, the Contractor is required to complete the following questions to describe efforts to obtain DBE participation. Copies of correspondence, return receipts, telephone logs, or other documentation will be required to support good faith efforts. Please provide information for each DBE. County: BRAZORIA Company Name: Indicate Specific Work or Materials (by pay item): Date Contacted: Fax: Contact Method (check all that apply): ❑ Phone ❑ Fax CS.I #: 0912-31-290 DBE Response ❑ No Response ❑ Submitted an acceptable sub -bid ❑ Not interested: Indicate Reason(s) ❑ Needs more information: Date Prime provided requested information Will provide quote by: Date ❑ Received unacceptable sub -bid Bid Amount $ Date: Method: ❑ Phone ❑ Fax ❑ Mail ❑ E-mail Type of Work ❑ Mail Please attach bid solicitations and all bid responses ❑ E-mail 236 CITY OF PEARLAND DBE MONTHLY PROGRESS REPORT Ten. OepertnertN >,,, el Tianeportaflmr Project: County: Letting Date: Contractor: DBE Goal: Texas Department of Transportation DBE Monthly Progress Report Contract CSJ: District: For Month of (Mo.Nr.): Contract Amount: DBE Goal Dollars: Form SMS.4903 (Rev. 07108) Page 1 of t Vendor Number Name of DBE Sub/Supplier * r or RN — DBE $ Amt Paid for Work Performed this Period (X) — $ Amt Paid to Non -DBE 2nd Tier Subs and Haulers (Y) to Amt Paid ate DBEs to Dat (X -Y) For TxDOT use Only i * Race Conscious or Race Neutral. ** Goal/commitment progress report amount and/or race -neutral amount. Do not sub r c non -DBE second-tier subcontractors and haulers from this column. *** Report amount of payment DBE subcontractors paid to non -DBE subcontractors/haulers. If using a non -DBE hauling firm that leases from DBE truck owner -operators, payments made to each owner - operator must be reported separately. Any changes to the DBE commitments approved by the department must be reported to the area engineer. Submission of this report for periods of negative DBE activity is required. This report is required until all DBE subcontracting or material supply activity is completed. I hereby certify that the above is a true and correct statement of the amounts paid to the DBE firms listed above. Signature: Company Official Date: This report must be sent to the area engineer's office within 15 days following the end of the calendar month. The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request to be informed about the information that is collected about you. Under §§552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under §559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. 237 CITY OF PEARLAND DBE FINAL REPORT DBE Final Report Form SMS.4904 (Rev. 09/10) Page 1 of 1 The DBE final report form should be filled out by the contractor and submitted to the appropriate district office upon completion of the project. One copy of the report must be submitted to the area engineer's office. The report should reflect all DBE activity on the project. The report will aid in expediting the final estimate for payment. If the DBE goal requirements were not met, documentation supporting good faith efforts must be submitted. Project: County: Letting Date: Contractor: Contract CSJ: Control Project: DBE Goal: % Contract Amount: Vendor Number Name of DBE Sub/SupplierRN. or DBE Goal — Total Amount Paid to Datet Amount Paid to Non -DBE 2nd Tier Subs & Haulers+ r TxD Use Only * Race -Conscious or Race -Neutral. f Goal/commitment progress report amount and/or race -neutral amount. Do not subtract non -DBE second-tier subcontractors and haulers from this column. DBE subcontractors paid to non -DBE subcontractors/haulers. Was there a project under -run caused by a TxDOT change order that impacted DBE Goal attainment? ❑Yes ❑ No Change Order Number This is to certify that % of the work was completed by Disadvantaged Business Enterprises as stated above. By Per: Name of General Contractor Contractor's Signature Subscribed and sworn to before me, this day of A.D. Notary Public County My commission expires: The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request, to be informed about the information that is collected about you. Under §§552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under §559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. 238 CITY OF PEARLAND EQUIPMENT RENTAL RATES Equipment Rental Rates Generab Federal regulations address participation in equipment owned or rented by the contractor and used in force account work. Specified cost accounting principles must be used to develop the rates. Ineligible costs included use of contingencies, replacement cost escalator factors, and premium rental rates for rental periods less than one month. Federal policy requires that actual costs be used to determine extra work payments; however, actual equipment costs are usually not readily available. Therefore, the FHWA permits an LG to specify the acceptable rate guides in construction contracts. The LG may also include any equipment rate schedules developed in conformance with the Federal cost principles and the FHWA policy. The Federal cost principles applicable to rental rates for contractor furnished equipment are contained in 48 CFR, Part 31. The provisions in 2 CFR 225 apply when LG -owned equipment is used. Rental Rate Guides: An LG may, subject to TxDOT concurrence, adopt the Blue Book or other industry rate guide, or it may develop its own guide. The LG must make the determination that the equipment rental rates developed or adopted fairly estimate a contractor's actual cost to own and operate the equipment within its jurisdiction. TxDOT must review and approve the LG's rates for compliance with the policy before including the rates in a contract proposal. Adjustment Factors: Equipment is not expected to operate for 12 consecutive months. Maps at the beginning of each Blue Book equipment section indicate adjustment factors based on climate and regional costs. Rate adjustment tables indicate adjustment factors based on equipment age. The adjustment factors in the maps and tables are to be applied when determining the eligible rate. Maximum Rate: The Blue Book adjusted rates cover all eligible equipment related costs. Therefore, they are considered to be the maximum eligible rates for Federal -aid participation purposes. Hourly Rates: The developer of the Blue Book accumulates all contractor costs for owning a piece of equipment on an hourly basis. The monthly rate displayed in the rental guide is determined by multiplying the accumulated hourly costs by the monthly standard of 176 hours. Therefore, for periods of equipment use less than the standard 176 hours per month, Federal -aid participation shall be limited to the hourly rate obtained by dividing the monthly rate by 176. Premium rates contained in the rate guides shall not be used. Standby Equipment Rates: The contractor continues to incur certain ownership costs when equipment is required to be on standby. The use of a standby rate is appropriate when equipment has been ordered to be available for force account work but is idle for reasons that are not the fault of the contractor. While an industry standard does not exist for standby rates, it has been the normal practice of the courts to reduce published ownership rental guide rates by 50 percent for standby rate usage. Therefore, the FHWA will accept 50 percent of the ownership rental rates of an 239 CITY OF PEARLAND EQUIPMENT RENTAL RATES approved guide as the standby rate in lieu of a contractor's actual standby costs. There should be no operating costs included in the rate used and standby time should not exceed 8 hours per day, 40 hours per week, or the annual usage hours as established by the rate guide. Mobilization: The costs required to mobilize and demobilize equipment not available on the project are eligible for reimbursement. Standby rates should be used for equipment while being hauled to and from the project. This will be in addition to applicable rates for the hauling equipment. All costs associated with the assembly and disassembly of the equipment for transport should also be considered in the mobilization costs. Overhead: Equipment overhead includes such items as insurance, property taxes, storage, licenses and record keeping. The Blue Book rates include all equipment overhead costs. Therefore, if a contractor proposes to apply project or home office overhead to a Blue Book rate, the LG must assure that it contains no equipment overhead cost factors. TxDOT will determine the reasonableness of such a rate. Profit: There is no provision for equipment rental profit in the Blue Book published rates. Federal regulations do not prohibit the addition of an amount for profit. If an LG has a policy for the payment of profit, it should be followed on Federal -aid contracts. If a profit amount is used, TxDOT will determine reasonableness based on experience. Contractor Leased Equipment: When a contractor obtains equipment through a third party rental agreement for use in a force account situation, the cost will normally be the invoice cost. The invoice cost should be comparable with other rental rates of the area. The Associated Equipment Distributors (AED) Rental Rate and Specifications may be used to evaluate the costs for such equipment rental. Since rental agreements vary, the specific operating costs included in the rental agreement may need to be determined. The contractor may be reimbursed for additional eligible operating costs not covered by the agreement (i.e., fuel, lubrication, field repairs, etc); however, equipment standby time will not be reimbursed. The AED book is not acceptable as a rate guide for contractor owned equipment. The AED rates are based on national averages of rates charged by equipment distributors and do not reflect the contractor's cost of owning and operating the equipment. 240 CITY OF PEARLAND CERTIFICATION REGARDING LOBBYING Certification Regarding Lobbying Certification For Contracts, Grants, Loans, And Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any ftmds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a`Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (Y41 Signature/ rthorized Certifying Official James Construction Group, LLC Applicant/Organization Scott Adair President Typed Name and Title 02q�-aC(A k0a0 Date Signed 241 CITY OF PEARLAND STATEMENT FOR LOAN GUARANTEES AND LOAN INSURANCE Statement for Loan Guarantees and Loan Insurance The undersigned states, to the best of his or her knowledge and belief, that: If any fluids have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code, Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 01 Signature/ orized Certifying Official James Construction Group, LLC Applicant/Organization Scott Adair President Typed Name and Title 0,'-A M a/lA aoOW---, Date Signed 242 CITY OF PEARLAND NON -COLLUSION STATEMENT Non -Collusion Statement General.' The submission of a non -collusion statement protects the integrity of the Federal -aid highway program by serving as a deterrent to bid rigging activities. The certification also becomes evidence in prosecuting cases involving construction contract bid rigging. A non -collusion statement is required from all bidders and is to be submitted as part of the bid proposal package. Failure to submit the required certification will result in the bid being considered as non-responsive and ineligible for award consideration. The LG must include provisions in the bidding proposals that require all bidders to include a non- collusion statement with their bid. The FHWA, in consultation with the U. S. Department of Justice (USDOJ), has concluded that the non -collusion statement may be either an unsworn declaration made under penalty of perjury under the laws of the United States, or a sworn affidavit executed and sworn before a person who is authorized to administer oaths by the laws of the State. All non -collusion certifications shall be retained by the LG in accordance with the retention policy of 49 CFR 18.42. These certifications could serve as important evidence in the event that collusion or bid rigging is discovered at a later date. If for any reason, a person feels that fraud has occurred, they should contact the nearest USDOT Office of Inspector General (OIG) office. The OIG maintains a fraud hotline at 1-800-409-9926 or http:,I/oig.state.gov/liotline'. This may be based on a suspicion or actual evidence of fraud.waste and abuse in any project funded by FHWA. 243 CITY OF PEARLAND AFFIDAVIT AFFIDAVIT THE STATE OF TEXAS OWNER City of Pearland Before me, the undersigned authority, on this day personally appeared Scott Adair who being by me duly sworn upon oath says: that he is duly qualified and authorized to make this affidavit for and on behalf of James Construction Group, LLC ("Contractor"), of and is fully cognizant of the fact herein set out: tha Contractor has not, either directly or indirectly, entered into any agreement with OWNER in any collusion: or otherwise tak ny action in restraint of free competitive bidding in connection with the contract for the above referenced project. NAME TITLE SWORN TO AND SUBSCRIBED BEFORE ME by the said SCO i�2-`i'�S�I , this a q day of 1�0L,&VA , 20Q -o , to certify which witness my hand and seal of office. r NOTARY NBLICZEInd for State of Texas Printed Name: Mary L Campbell My Commission Expires 2-18-2022 MARY LOU CAMPBELL Notary Public, State of Texas Comm. Expires 02 -18-2022 Notary ID 129716976 244 CITY OF PEARLAND PAYROLL VERIFICATION INFORMATION PAYROLL VERIFICATION INFORMATION 1. Payroll will be verified by a City of Pearland Representative. Certification of payment will be compared with payroll figures upon completion of project. To minimize time in payment of job, the General Contractor can send a certified letter to the effect upon receipt of certification of payment, they will be made available for comparison, and if any discrepancies are found, the necessary adjustments will he made. 2. Submit certified payroll for each week. If no work is being performed, submit a certified payroll weekly stating "No Work Performed this Period". A certified payroll stating "No Work Performed until Further Notice" is not acceptable for this project. 3. Number payrolls consecutively starting with #1 for first month worked. 4. Only one copy of each payroll is required. 5. Include the City of Pearland Contract Purchase Order number and job description on each payroll. 6. Show each employee working on project and his work classification (carpenter, pipe fitter, roofer, etc.). Consult classification and minimum wage schedule in the Prevailing Wage Rate for Engineering Construction in the City of Pearland, in Contract Specifications. 7. On payroll, indicate if fringe benefits (as shown on the City of Pearland Wage Scale) are paid to approve plans, funds, or programs; or if they are paid in cash to the employee. (In case of cash payment of fringe benefits, show the base rate + fringe benefits — 5.00/6.75.) 8. Show the number of hours worked in each month and/or week. 9. Indicate gross salary, deductions, net salary, and check number issued. 10. Contractor is to submit payroll sheets for each contract he has with the City of Pearland. 11. Show "Final" on last payroll submitted. 12. General Contractor is responsible for sub -contractors submittal of correct payrolls each week. He can only be assured of this by insisting that subcontractor payrolls be submitted to him, not to the City of Pearland. 13. Sub -contractors' payroll to be monitored by prime Contractor in complying to prevailing wage rates. 245 CITY OF PEARLAND PRISION PRODUCED MATERIALS Prison Produced Materials General There are limitations on using materials produced by convict labor in a Federal -aid Highway project. Materials produced after July 1, 1991 by convict labor may only be incorporated in a Federal -aid highway construction project if. ♦ Such materials have been produced by convicts who are on parole, supervised release, or probation from a prison; or ♦ Such material has been produced in a qualified prison facility (e.g. prison industry, with the amount produced during any 12 -month period) for use in Federal -aid projects, not exceeding the amount produced, for such use, during the 12 -month period ending July 1, 1987. Texas does not have a qualified prison facility meeting the requirements of the regulation. 246 CITY OF PEARLAND RAILROAD INSURANCE PROVISION Railroad Insurance Provision General Contractors are required to purchase railroad protective liability insurance when work under the contract is located in whole or in part within railroad right-of-way. The insurance is for the benefit of the railroad. The requirement to provide the insurance is located at 23 CFR 646.107. The standards for railroad protective insurance established at 23 CFR 646.109 and 646.111 must be adhered to the extent permitted by the insurance laws of the State. Listed below are the types of coverage required by 23 CFR 646.109: 1. Coverage shall be limited to damage suffered by the railroad on account of occurrences arising out of the work of the contractor on or about the railroad right-of-way, independent of the railroad's general supervision or control, except as noted in § 646.109(b)(4). 2. Coverage shall include: a. Death of or bodily injury to passengers of the railroad and employees of the railroad not covered by State workmen's compensation laws; b. Personal property owned by or in the care, custody or control of the railroads; c. The contractor, or any of his agents or employees who suffer bodily injury or death as the result of acts of the railroad or its agents, regardless of the negligence of the railroad; d. Negligence of only the following classes of railroad employees: (i) Any supervisory employee of the railroad at the job site; (ii) Any employee of the railroad while operating, attached to, or engaged on, work trains or other railroad equipment at the job site which are assigned exclusively to the contractor; or (iii) Any employee of the railroad not within (b)(4) (i) or (ii) who is specifically loaned or assigned to the work of the contractor for prevention of accidents or protection of property, the cost of whose services is borne specifically by the contractor or governmental authority. The amounts of coverage required by 23 CFR 646.111 is as follows: 1. The maximum dollar amounts of coverage to be reimbursed from Federal funds with respect to bodily injury, death and property damage is limited to a combined amount of $2 million per occurrence with an aggregate of $6 million applying separately to each annual period except as provided in paragraph (b) of this section. 247 CITY OF PEARLAND RAILROAD INSURANCE PROVISION 2. In cases involving real and demonstrable danger of appreciably higher risks, higher dollar amounts of coverage for which premiums will be reimbursable from Federal funds shall be allowed. These larger amounts will depend on circumstances and shall be written for the individual project in accordance with standard underwriting practices upon approval of TxDOT. 248 Agents should complete this form by providing all requested information, then either email, fax, or mail this form as noted at the bottom of page two. Copies of endorsements listed below are not required as attachments to this certificate. This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not confer any rights or obligations other than the rights and obligations conveyed by the policies referenced on this certificate. The terms of the policies referenced in this certificate control over the terms of the certificate. Insured: James Construction Group, LLC Street/Mailing Address: 18484 E. Petroleum Drive City/State/Zip: Baton Rouge, LA 70879 Phone Number: ( 254 ) 939 - 8610 WORKERS' COMPENSATION INSURANCE COVERAGE: Endorsed with a Waiver of Subrogation in favor of TxDOT. Carrier Name: Hartford Casualty Insurance Company Carrier Phone #: ( 800 ) 327 - 3636 Address: One Hartford Plaza City, State, Zip: Hartford, CT 06155 Type of Insurance Policy Number Effective Date Expiration Date Limits of Liability: Workers' Compensation 61 XWEQU3410 02/28/2020 02/28/2021 Not Less Than: Statutory - Texas COMMERCIAL GENERAL LIABILITY INSURANCE: Carrier Name: Hartford Fire Insurance Company Carrier Phone #: ( 800 ) 327 - 3636 Address: One Hartford Plaza City, State, Zip: Hartford, CT 06155 Type of Insurance: Policy Number: Effective Date: Expiration Date: Limits of Liability: Commercial General Liability Insurance 61 CSEQU3414 02/28/2020 02/28/2021 Not Less Than: $ 600,000 each occurrence BUSINESS AUTOMOBILE POLICY: Carrier Name: Hartford Fire Insurance Company Carrier Phone #: ( 800 ) 327 - 3636 Address: One Hartford Plaza City, State, Zip: Hartford, CT 06155 Type of Insurance:f6lCSEQU3415 olicy Number: Effective Date: Expiration Date: Limits of Liability: Business Automobile Policy AU2000190/AU200039 02/28/2020 02/28/2021 Not Less Than: $ 600,000 combined single limit UMBRELLA POLICY (if applicable): Carrier Name: Underwriters at Lloyd's, London I Carrier Phone #: ( 4420 ) 7265 - 2100 Address: 33 Gracechurch Street City, State, Zip: London EC 3V OBT Type of Insurance: Policy Number: Effective Date: Expiration Date: Limits of Liability: Umbrella Policy AU2000190/AU200039 02/28/2020 02/28/2021 10,000,000 Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. THIS IS TO CERTIFY to the Texas Department of Transportation acting on behalf of the State of Texas that the insurance policies named are in full force and effect. If this form is sent by facsimile machine (fax), the sender adopts the document received by TxDOT as a duplicate original and adopts the signature produced by the receiving fax machine as the sender's original signature. Agency Name McGriff, Seibels & Williams of Texas, Inc. Address 818 Town & Cc fjntry BVV500 (State, Zip Code n, TX 77024 ( 713 ) 877 - 8975 '✓ v v r K 41—.. 02/27/2020 Authorized Agent's Phone Number Authorized Agent Original Signature Date The Texas Department of Transportation maintains the information collected through this form. With few exceptions, you are entitled on request to be informed about the information that we collect about you. Under §§552.021 and 552.023 of the Texas Government Code, you also are entitled to receive and review the information. Under §559.004 of the Government Code, you are also entitled to have us correct information about you that is incorrect. AIC�RO® v CERTIFICATE OF LIABILITY INSURANCE DATE (MM/Y) osiosi2020�o2o 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 MCGRIFF, SEIBELS & WILLIAMS OF TEXAS, INC. 10100 Katy Freeway, #400 CONTACT NAME: PHONE 713-877-8975 FAX 713-877-8974 C N Exti: No E-MAIL ADDRESS: Houston, TX 77043 INSURER(S) AFFORDING COVERAGE NAIC S INSURER A :Property and Casualty Insurance Company of Hartford 34690 02/28/2020 INSURED James Construction Group, LLC INSURER B :Twin City Fire Insurance Company 29459 18484 E. Petroleum Drive INSURER C :Hartford Fire Insurance Company 19682 Baton Rouge, LA 70809 INSURER D :Underwriters At Lloyd's, London 15792 INSURER E :Hartford Casualty Insurance Company 29424 INSURER F: MED EXP (Any one person) $ 10,000 COVERAGES CERTIFICATE NUMBER:H4GPDFCH REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR OF INSURANCE ADOLTYPE INSD SUER POLICY NUMBER POLICY EFF MM/DD/YYY P EXP MM/DD/YYYY LIMITS C X COMMERCIAL GENERAL LIABILITY 61CSEQU3414 02/28/2020 02/28/2021 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE 2,000,000 PREMISES Ea occurrence $ MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 2,000,000 L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY �X PRO ❑ LOC JECT POTHER: PRODUCTS - COMP/OP AGG $ 4,000,000 $ C AUTOMOBILE LIABILITY 61 CSEQU3415 02/28/2020 02/28/2021 COMBINED SINGLE LIMIT Ea accident 5,000,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident HIRED NON -OWNED AUTOS ONLY AUTOS ONLY Physical Damage Ded. $ 250,000 D X UMBRELLA LIAB X OCCUR AU2000190 AU2000390 02/28/2020 02/28/2021 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAB CLAIMS -MADE DED X I RETENTION $ r $ A B E WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? ❑N (Mandatory in NH) N / A 61 WNQU3411 61 WBRQU3412 61 WEQU3413 61 XWEQU3410 $500,000 Ded/SIR applies to all 02/28/2020 02/28/2021 OTH- X PER I ER STATUTE E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) McHard Road Extension (Cullen Blvd to Mykawa Rd), Project No. TR1405, JCG Job No. 10812 In the event of cancellation by the insurance companies the policies have been endorsed to provide (30) days Notice of Cancellation (except for non-payment) to the Certificate Holder shown below. The Certificate Holder is included as Additional Insured as respects the General Liability, Auto Liability and Umbrella Liability policies. A Waiver of Subrogation is provided in favor of the Certificate Holder as respects the General Liability, Auto Liability, Umbrella Liability and Workers' Compensation policies. General Liability, Auto Liability and Umbrella Liability policies are Primary and Non -Contributory. All as required by written contract and subject to policy terms, conditions and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Pearland AUTHORIZED REPRESENTATIVE 3519 Liberty Drive Peariand, TX 77581 f t Page 1 of 1 ©1988-2015 ACORD CORPORATION. All rights reserved. APV\Dr% 3c Mn16/n9\ 'rt— Af'f%Dr% ..n. - --A I--- — -;-#—A -4 Amon CITY OF PEARLAND Special Provision to Item 000 Schedule of Liquidated Damages SCHEDULE OF LIQUIDATED DAMAGES SP000-001 L The liquidated damages herein specified shall only apply to Contractor's delay in performance. Liquidated damages are intended solely to compensate the Owner for additional personnel efforts in administering the Contract after normally scheduled completions dates, Owner inconvenience, lost opportunities, and lost confidence in government and morale of government when work is not completed on time. The parties agree that liquidated damages shall be computed according to the following schedule, based upon the Contract Price, inclusive of any applicable changes thereto, for each and every day that completion of the Work shall be delayed: Original Contract Amount Daily Amount of Liquidated Damages From More Than To And Including $0 $500,000 $500 $500,000 $1,000,000 $800 $1,000,000 $5,000,000 $1,000 $5,000,000 and more $1,500 The dollar amount of daily contract administration Liquidated Damages per Working Day is $1,500. 09-14 Statewide 251 CITY OF PEARLAND NONDISCRIMINATION 000-002L Special Provision to Item 000 Nondiscrimination DESCRIPTION All recipients of federal financial assistance are required to comply with various nondiscrimination laws including Title VI of the Civil Rights Act of 1964, as amended, (Title VI). Title VI forbids discrimination against anyone in the United States on the grounds of race, color, or national origin by any agency receiving federal funds. Owner, as a recipient of Federal financial assistance, and under Title VI and related statutes, ensures that no person shall on the grounds of race, religion (where the primary objective of the financial assistance is to provide employment per 42 U.S.C. § 2000d-3), color, national origin, sex, age or disability be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination under any of Owner's programs or activities. DEFINITION OF TERMS Where the term "contractor" appears in the following six nondiscrimination clauses, the term "contractor" is understood to include all parties to contracts or agreements with the Owner. 3. NONDISCRIMINATION PROVISIONS During the performance of this contract, the contractor agrees as follows: 3.1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 3.2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3.3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 3.4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Owner or the Texas Department of Transportation as appropriate, and shall set forth what efforts it has made to obtain the information. 09-14 Statewide 252 CITY OF PEARLAND NONDISCRIMINATION 000-002L 3.5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Owner shall impose such contract sanctions as it, the Owner may determine to be appropriate, including, but not limited to: ■ withholding of payments to the contractor under the contract until the contractor complies, and/or ■ cancellation, termination or suspension of the contract, in whole or in part. 3.6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs (3.1) through (3.6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Owner may direct as a means of enforcing such provisions including sanctions for non-compliance: provided, however that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Owner to enter into such litigation to protect the interests of the Owner, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 09-14 Statewide 253 CITY OF PEARLAND CERTIFICATION OF NONDISCRIMINATION IN EMPLOYMENT 000-003L Special Provision to Item 000 Certification of Nondiscrimination in Employment GENERAL By signing this proposal, the Bidder certifies that Bidder has participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, or if Bidder has not participated in a previous contract of this type, or if Bidder has had previous contract or subcontracts and has not filed, Bidder will file with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note—The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by Bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 09-14 Statewide 254 F PEARLAND EXECUTIVE ORDER 11246 000-004L Special Provision to Item 000 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) GENERAL In addition to the affirmative action requirements of the Special Provision titled "Standard Federal Equal Employment Opportunity Construction Contract Specifications" as set forth elsewhere in this proposal, the Bidder's attention is directed to the specific requirements for utilization of minorities and females as set forth below. 2. GOALS 2.1. Goals for minority and female participation are hereby established in accordance with 41 CFR 60-4 2.2. The goals for minority and female participation expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area are as follows: Goals for minority participation in each trade, % Goals for female participation in each trade, % See Table 1 6.9 2.3. These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it will apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 will be based on its implementation of the Standard Federal Equal Employment Opportunity Construction Contract Specifications Special Provision and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor must make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority and female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals will be a violation of the Contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 2.4. A Contractor or subcontractor will be considered in compliance with these provisions by participation in the Texas Highway -Heavy Branch, AGC, Statewide Training and Affirmative Action Plan. Provided that each Contractor or subcontractor participating in this plan must individually comply with the equal opportunity clause set forth in 41 CFR 60-1.4 and must make a good faith effort to achieve the goals set forth for each participating trade in the plan in which it has employees. The overall good performance of other Contractors and subcontractors toward a goal in an approved plan does not excuse any covered Contractor's or subcontractor's failure to make good faith efforts to achieve the goals contained in these provisions. Contractors or subcontractors participating in the plan must be able to demonstrate their participation and document their compliance with the provisions of this Plan. 3. SUBCONTRACTING The Contractor must provide written notification to the Owner within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the Contract resulting from this solicitation pending concurrence of the Owner in the award. The notification will list the names, 255 CITY OF PEARLAND EXECUTIVE ORDER 11246 ' 000-004L address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the Contract is to be performed. 4. COVERED AREA As used in this special provision, and in the Contract resulting from this solicitation, the geographical area covered by these goals for female participation is the State of Texas. The geographical area covered by these goals for other minorities are the counties in the State of Texas as indicated in Table 1. 5. REPORTS The Contractor is hereby notified that he may be subject to the Office of Federal Contract Compliance Programs (OFCCP) reporting and record keeping requirements as provided for under Executive Order 11246 as amended. OFCCP will provide direct notice to the Contractor as to the specific reporting requirements that he will be expected to fulfill. Table 1 Goals for Minoritv Participation County Participation, % County Participation, % Anderson 22.5 Chambers 27.4 Andrews 18.9 Cherokee 22.5 Angelina 22.5 Childress 11.0 Aransas 44.2 Clay 12.4 Archer 11.0 Cochran 19.5 Armstrong 11.0 Coke 20.0 Atascosa 49.4 Coleman 10.9 Austin 27.4 Collin 18.2 Bailey 19.5 Collin sworth 11.0 Bandera 49.4 Colorado 27.4 Bastrop 24.2 Comal 47.8 Baylor 11.0 Comanche 10.9 Bee 44.2 Concho 20.0 Bell 16.4 Cooke 17.2 Bexar 47.8 Co ell 16.4 Blanco 24.2 Cottle 11.0 Borden 19.5 Crane 18.9 Bos ue 18.6 Crockett 20.0 Bowie 19.7 Crosby 19.5 Brazoria 27.3 Culberson 49.0 Brazos 23.7 Dallam 11.0 Brewster 49.0 Dallas 18.2 Briscoe 11.0 Dawson 19.5 Brooks 44.2 Deaf Smith 11.0 Brown 10.9 Delta 17.2 Burleson 27.4 Denton 18.2 Bumet 24.2 DeWitt 27.4 Caldwell 24.2 Dickens 19.5 Calhoun 27.4 Dimmit 49.4 Callahan 11.6 Donley 11.0 Cameron 71.0 Duval 44.2 Camp 20.2 Eastland 10.9 Carson 11.0 Ector 15.1 Cass 20.2 Edwards 49.4 Castro 11.0 Ellis 18.2 256 CITY OF PEARLAND EXECUTIVE ORDER 11246 000-004L County Participation, % County Participation, % El Paso 57.8 Kenedy 44.2 Erath 17.2 Kent 10.9 Falls 18.6 Kerr 49.4 Fannin 17.2 Kimble 20.0 Fayette 27.4 King 19.5 Fisher 10.9 Kinney 49.4 Floyd 19.5 Kleberg 44.2 Foard 11.0 Knox 10.9 Fort Bend 27.3 Lamar 20.2 Franklin 17.2 Lamb 19.5 Freestone 18.6 Lampasas 18.6 Frio 49.4 LaSalle 49.4 Gaines 19.5 Lavaca 27.4 Galveston 28.9 Lee 24.2 Garza 19.5 Leon 27.4 Gillespie 49.4 Liberty 27.3 Glasscock 18.9 Limestone 18.6 Goliad 27.4 Lipscomb 11.0 Gonzales 49.4 Live Oak 44.2 Gray 11.0 Llano 24.2 Grayson 9.4 Loving 18.9 Greaq 22.8 Lubbock 19.6 Grimes 27.4 Lynn 19.5 Guadalupe 47.8 Madison 27.4 Hale 19.5 Marion 22.5 Hall 11.0 Martin 18.9 Hamilton 18.6 Mason 20.0 Hansford 11.0 Matagorda 27.4 Hardeman 11.0 Maverick 49.4 Hardin 22.6 McCulloch 20.0 Harris 27.3 McLennan 20.7 Harrison 22.8 McMullen 49.4 Hartley 11.0 Medina 49.4 Haskell 10.9 Menard 20.0 Has 24.1 Midland 19.1 Hemphill 11.0 Milam 18.6 Henderson 22.5 Mills 18.6 Hidalgo 72.8 Mitchell 10.9 Hill 18.6 Montague 17.2 Hockley 19.5 Montgomery 27.3 Hood 18.2 Moore 11.0 Hopkins 17.2 Moms 20.2 Houston 22.5 Motley 19.5 Howard 18.9 Nacogdoches 22.5 Hudspeth 49.0 Navarro 17.2 Hunt 17.2 Newton 22.6 Hutchinson 11.0 Nolan 10.9 Inion 20.0 Nueces 41.7 Jack 17.2 Ochiltree 11.0 Jackson 27.4 Oldham 11.0 Jasper 22.6 Orange 22.6 Jeff Davis 49.0 Palo Pinto 17.2 Jefferson 22.6 Panola 22.5 Jim Hoqq 49.4 Parker 18.2 Jim Wells 44.2 Parmer 11.0 Johnson 18.2 Pecos 18.9 Jones 11.6 Polk 27.4 Kames 49.4 Potter 9.3 Kaufman 18.2 Presidio 49.0 Kendall 49.4 Randall 9.3 257 41 N N w w w m m w Z7 ;J �U Zo x �10 �o x �o Tu 0 (D CD m mC O cD (D m O 3 0 O CO m N m m C C 0 0 0 CD CD CD CD m_ O :1 F. ET �� —. s cD (D i CO C2: C= 7 n Q m 0 0 '� 0 m Q m C m m d m C cn C 3 .-.. �- CD m �' m 2 g L. V» m °O' D C cD N Vi . O Zu C m m 3 m S. �, = (fin o m — n o m a o 0 S' 0 v IV N IV IV (o N A N N A co O W —� O O O O N V W N O O O O -� V r) N N N O Oo V A W O co V cn O O N O O co O (D co N cn O CT co co O O V A c" O) cn O N A O N cD N A N O 7 0 N N -C < < < C C C —i T7 C7 < m O O O__ 7- (D m m m m ,O-. N (n ID �_ < C O w C m m am �c-o �-n� m a CoET CD <ao - n E; m cp 00 m v a O o O a m COD 0 E; 71 0 v n A A N) A fN V _ -� N Wco CO cD N CO Co cD A N N V V V W V V V V cD co Oo N N V A cD O O O m A A O (n Cn N (D A O A O A W A co W A A N A A Co Ln O 0 CITY OF PEARLAND EXECUTIVE ORDER 11246 000-005L Special Provision to Item 000 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) GENERAL 1.1. As used in these specifications: ■ "Covered area" means the geographical area described in the solicitation from which this Contract resulted; ■ "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; ■ "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. ■ "Minority" includes: • Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); • Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); • Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and • American Indian or Alaskan Native (all persons having origins in any of the original peoples of North American and maintaining identifiable tribal affiliations through membership and participation or community identification). 1.2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it will physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this Contract resulted. 1.3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) will be in accordance with that plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the equal employment opportunity (EEO) clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 1.4. The Contractor will implement the specific affirmative action standards provided in Section 1.7.1. through Section 1.7.16. of these specifications. The goals set forth in the solicitation from which this Contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Contractors performing Contracts in geographical areas where they do not have a Federal or federally assisted construction Contract will apply the minority and female goals established for the geographical area where the Contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or any Federal procurement contracting officer. The 259 CITY OF PEARLAND EXECUTIVE ORDER 11246 000-005L Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 1.5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women will excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 1.6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. 1.7. The Contractor will take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications will be based upon its effort to achieve maximum results from its actions. The Contractor will document these efforts fully, and will implement affirmative action steps at least as extensive as the following: 1.7.1. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor will specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. 1.7.2. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. 1.7.3. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this will be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. 1.7.4. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral Process has impeded the Contractor's efforts to meet its obligations. 1.7.5. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor will provide notice of these programs to the sources compiled under 7b above. 1.7.6. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and Collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 1.7.7. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other 260 CITY OF PEARLAND EXECUTIVE ORDER 11246 000-005L employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., before the initiation of construction work at any job site. A written record must be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. 1.7.8. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. 1.7.9. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month before the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor will send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 1.7.10. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. 1.7.11. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1.7.12. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. 1.7.13. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. 1.7.14. Ensure that all facilities and company activities are non -segregated except that separate or single -user toilet and necessary changing facilities will be provided to assure privacy between the sexes. 1.7.15. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. 1.7.16. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 1.8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (Section 7.1. through Section 7.16.). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Section 7.1. through Section 7.16. of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation will not be a defense for the Contractor's noncompliance. 1.9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor 261 CITY OF PEARLAND EXECUTIVE ORDER 11246 000-005L may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 1.10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 1.11. The Contractor will not enter into any Subcontract with any person or firm debarred from Government Contracts pursuant to Executive Order 11246. 1.12. The Contractor will carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties will be in violation of these specifications and Executive Order 11246, as amended. 1.13. The Contractor, in fulfilling its obligations under these specifications, will implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director will proceed in accordance with 41 CFR 60-4.8. 1.14. The Contractor will designate a responsible official to monitor all employment-related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records must at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records must be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. 1.15. Nothing herein provided will be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 1.16. In addition to the reporting requirements set forth elsewhere in this Contract, the Contractor and the subcontractors holding subcontracts, not including material suppliers, of $10,000 or more, will submit for every month of July during which work is performed, employment data as contained under Form PR 1391 (Appendix C to 23 CFR, Part 230), and in accordance with the included instructions. 262 CITY OF PEARLAND DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL -AID CONTRACTS 000-394L Special Provision to Item 000 Disadvantaged Business Enterprise in Federal -Aid Contracts DESCRIPTION The purpose of this Special Provision is to carry out the U.S. Department of Transportation's (DOT) policy of ensuring nondiscrimination in the award and administration of DOT -assisted Contracts and creating a level playing field on which firms owned and controlled by individuals who are determined to be socially and economically disadvantaged can compete fairly for DOT -assisted Contracts. 2. DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL -AID CONTRACTS 2.1. Policy. It is the policy of the DOT and the Texas Department of Transportation (Department) that DBEs, as defined in 49 CFR Part 26, Subpart A, and the Department's DBE Program, will have the opportunity to participate in the performance of Contracts financed in whole or in part with federal funds. The DBE requirements of 49 CFR Part 26, and the Department's DBE Program, apply to this Contract as follows. The Contractor will solicit DBEs through reasonable and available means, as defined in 49 CFR Part 26, Appendix A, and the Department's DBE Program, or show a good faith effort to meet the DBE goal for this Contract. The Contractor, subrecipient, or subcontractor will not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. Carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted Contracts. Failure to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate. The requirements of this Special Provision must be physically included in any subcontract. By signing the Contract proposal, the Bidder is certifying that the DBE goal as stated in the proposal will be met by obtaining commitments from eligible DBEs or that the Bidder will provide acceptable evidence of good faith effort to meet the commitment. 2.2. Definitions. 2.2.1. Administrative Reconsideration. A process by which the low bidder may request reconsideration when the Department determines the good faith effort (GFE) requirements have not been met. 2.2.2. Commercially Useful Function (CUF). A CUF occurs when a DBE has the responsibility for the execution of the work and carrying out such responsibilities by actually performing, managing, and supervising the work. 2.2.3. Disadvantaged Business Enterprise (DBE). A for-profit small business certified through the Texas Unified Certification Program in accordance with 49 CFR Part 26, that is at least 51 % owned by one or more socially and economically disadvantaged individuals, or in the case of a publicly owned business, in which is at least 51 % of the stock is owned by one or more socially and economically disadvantaged individuals, and whose management and daily business operations are controlled by one or more of the individuals who own it. 2.2.4. DBE Joint Venture. An association of a DBE firm and one or more other firms to carry out a single business enterprise for profit for which purpose they combine their property, capital, efforts, skills, and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the Contract and whose 1-7 263 1.11 T Ur FLAKLHIV U 1J1JA1J V AIV 1 A17L1J b U 3LN 1=,JJ rllN 1 LKYK13L 11V FEDERAL -AID CONTRACTS 000-394L share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. 2.2.5. DOT. The U.S. Department of Transportation, including the Office of the Secretary, the Federal Highway Administration (FHWA), the Federal Transit Administration (FTA), and the Federal Aviation Administration (FAA). 2.2.6. Federal -Aid Contract. Any Contract between the Owner and a Contractor that is paid for in whole or in part with DOT financial assistance. 2.2.7. Good Faith Effort. All necessary and reasonable steps to achieve the contract goal which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if not fully successful. Good faith efforts are evaluated prior to award and throughout performance of the Contract. For guidance on good faith efforts, see 49 CFR Part 26, Appendix A. 2.2.8. North American Industry Classification System (NAICS). A designation that best describes the primary business of a firm. The NAICS is described in the North American Industry Classification Manual—United States, which is available on the Internet at the U.S. Census Bureau website: http://www.census.gov/eos/www/naics/. 2.2.9. Race -Conscious. A measure or program that is focused specifically on assisting only DBEs, including women -owned businesses. 2.2.10. Race -Neutral DBE Participation. Any participation by a DBE through customary competitive procurement procedures. 2.2.11. Texas Unified Certification Program (TOCP) Directory. An online directory listing all DBEs currently certified by the TUCP. The Directory identifies DBE firms whose participation on a Contract may be counted toward achievement of the assigned DBE Contract goal. 2.3. Contractor's Responsibilities. 2.3.1. DBE Liaison Officer. Designate a DBE liaison officer who will administer the Contractor's DBE program and who will be responsible for maintenance of records of efforts and contacts made to subcontract with DBEs. 2.3.2. Compliance Tracking System (CTS). This Contract is subject to Contract compliance tracking. Contractors and DBEs are required to provide any noted and requested Contract compliance -related data to the Owner. This includes, but is not limited to, commitments, payments, substitutions, and good faith efforts. Contractors and DBEs are responsible for responding by any noted response date or due date to any instructions or request for information by the Owner. 2.3.3. Apparent Low Bidder. The apparent low bidder must submit DBE commitments to satisfy the DBE goal or submit good faith effort Form 2603 and supporting documentation demonstrating why the goal could not be achieved, in whole or part, no later than 5 calendar days after bid opening. The means of transmittal and the risk of timely receipt of the information will be the bidder's responsibility and no extension of the 5 -calendar - day timeframe will be allowed for any reason. 2.3.4. DBE Contractor. A DBE Contractor may receive credit toward the DBE goal for work performed by its own forces and work subcontracted to DBEs. In the event a DBE subcontracts to a non -DBE, that information ' must be reported monthly. 2.3.5. DBE Committal. Only those DBEs certified by the TUCP are eligible to be used for goal attainment. The Directory can be accessed at the following Internet address: https://txdot.txdotcros.com/FrontEndNendorSearchPublic.asp?TN=txdot&XID=2340. 2-7 264 %-I l 1 Vl- 1 "r111.LA1V V L1JAL V A114 1AV/..ill UVJ11Y LiJJ L1V 1111\1 1111JL 1114 FEDERAL -AID CONTRACTS 000-394L A DBE must be certified on the day the commitment is considered and at time of subcontract execution. It is the Contractor's responsibility to ensure firms identified for participation are approved certified DBE firms. The Bidder is responsible to ensure that all submittals are checked for accuracy. Any and all omissions, deletions, and/or errors that may affect the end result of the commitment package are the sole liabilities of the bidder. Commitments in excess of the goal are considered race -neutral commitments. 2.3.6. Good Faith Effort Requirements. A Contractor who cannot meet the Contract goal, in whole or in part, must make adequate good faith efforts to obtain DBE participation as so stated and defined in 49 CFR Part 26, Appendix A. 2.3.6.1. Administrative Reconsideration. If the Owner determines that the apparent low bidder has failed to satisfy the good faith efforts requirement, the Owner will notify the Bidder of the failure and will give the Bidder an opportunity for administrative reconsideration. The Bidder must request an administrative reconsideration of that determination within 3 days of the date of receipt of the notice. The request must be submitted directly to the Owner. If a reconsideration request is timely received, the reconsideration decision will be made by the Owner's DBE liaison officer or, if the DBE liaison officer took part in the original determination that the Bidder failed to satisfy the good faith effort requirements, an Owner employee who holds a senior leadership position and reports directly to the executive officer, and who did not take part in the original determination will act as an administrative hearing officer. The Bidder may provide written documentation or argument concerning whether the assigned DBE contract goal was met or whether adequate good faith efforts were made to meet the Contract goal. The DBE liaison or other Owner employee making the reconsideration determination may request a meeting with the Bidder to discuss whether the goal commitments were met or whether adequate good faith efforts were made to obtain the commitments to meet the Contract goal. The meeting must be held within 7 days of the date of the request submitted under this section. If the Bidder is unavailable to meet during the 7 -day period, the reconsideration decision will be made on the written information provided by the Bidder. The Owner will provide to the Bidder a written decision that explains the basis for finding that the Bidder did not meet the Contract goal or did not make adequate good faith efforts to meet the Contract goal, within 7 days of the date of the notice issued in this section. The reconsideration decision is final and not subject to administrative appeal. 2.3.7. Determination of DBE Participation. The work performed by the DBE must be reasonably construed to be included in the work area and NAICS work code identified by the Contractor in the approved commitment. Participation by a DBE on a Contract will not be counted toward DBE goals until the amount of the participation has been paid to the DBE. Payments made to a DBE that was not on the original commitment may be counted toward the Contract goal if that DBE was certified as a DBE before the execution of the subcontract and has performed a Commercially Useful Function. The total amount paid to the DBE for work performed with its own forces is counted toward the DBE goal. When a DBE subcontracts part of the work of its Contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the subcontractor is itself a DBE. 3-7 265 CITY OF PEARLAND DISADVANTAGED BUSINESS ENTERPRISE IN FEDERAL -AID CONTRACTS 000-394L DBE Goal credit for the DBE subcontractors leasing of equipment or purchasing of supplies from the Contractor or its affiliates is not allowed. Project materials or supplies acquired from an affiliate of the Contractor cannot directly or indirectly (second or lower tier subcontractor) be used for DBE goal credit. If a DBE firm is declared ineligible due to DBE decertification after the execution of the DBE's subcontract, the DBE firm may complete the work and the DBE firm's participation will be counted toward the Contract goal. If the DBE firm is decertified before the DBE firm has signed a subcontract, the Contractor is obligated to replace the ineligible DBE firm or demonstrate that it has made good faith efforts to do so. The Contractor may count 100% of its expenditure to a DBE manufacturer. According to 49 CFR 26.55(e)(1)(i), a DBE manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications. The Contractor may count only 60% of its expenditure to a DBE regular dealer. According to 49 CFR 26.55(e)(2)(i), a DBE regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles, or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. A firm may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business if the firm both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment must be by a long-term lease agreement and not on an ad hoc or contract -by -contract basis. A long-term lease with a third -party transportation company is not eligible for 60% goal credit. With respect to materials or supplies purchased from a DBE that is neither a manufacturer nor a regular dealer, the Contractor may count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site. A Contractor may count toward its DBE goal a portion of the total value of the Contract amount paid to a DBE joint venture equal to the distinct, clearly defined portion of the work of the Contract performed by the DBE. 2.3.8. Commercially Useful Function. It is the Contractor's obligation to ensure that each DBE used on federal -assisted contracts performs a commercially useful function on the Contract. The Owner will monitor performance during the Contract to ensure each DBE is performing a CUF. Under the terms established in 49 CFR 26.55, a DBE performs a CUF when it is responsible for execution of the work of the Contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. With respect to material and supplies used on the Contract, a DBE must be responsible for negotiating price, determining quality and quantity, ordering the material, installing the material, if applicable, and paying for the material itself. With respect to trucking, the DBE trucking firm must own and operate at least one fully licensed, insured, and operational truck used on the Contract. The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract. The DBE may also lease trucks from a non -DBE firm, including from an owner -operator. The DBE that leases trucks equipped with drivers from a non -DBE is entitled to credit for the total value of transportation services provided by non - DBE leased trucks equipped with drivers not to exceed the value of transportation services on the Contract provided by DBE -owned trucks or leased trucks with DBE employee drivers. Additional participation by non - DBE owned trucks equipped with drivers receives credit only for the fee or commission it receives as a result of the lease arrangement. 4-7 266 t,ll 1 V1' rL't1ALt11VL LJ1Jt11J V t-% IN 1t1V1]L 13 VJ11V1:JJ 1:1V 1L %�F 11110L' 11V FEDERAL -AID CONTRACTS 000-394L A DBE does not perform a CUF when its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed in order to obtain the appearance of DBE participation. The Owner will evaluate similar transactions involving non -DBEs in order to determine whether a DBE is an extra participant. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its Contract with its own work force, or the DBE subcontracts a greater portion of the work than would be expected on the basis of normal industry practice for the type of work involved, the Owner will presume that the DBE is not performing a CUF. If the Owner determines that a DBE is not performing a CUF, no work performed by such DBE will count as eligible participation. The denial period of time may occur before or after a determination has been made by the Owner. In case of the denial of credit for non-performance, the Contractor will be required to provide a substitute DBE to meet the Contract goal or provide an adequate good faith effort when applicable. 2.3.8.1. Rebuttal of a Finding of No Commercially Useful Function. Consistent with the provisions of 49 CFR 26.55(c)(4)&(5), before the Owner makes a final finding that no CUF has been performed by a DBE, the Owner will notify the DBE and provide the DBE the opportunity to provide rebuttal information. CUF determinations are not subject to administrative appeal. 2.3.9. Joint Check. The use of joint checks between a Contractor and a DBE is allowed with Owner approval. To obtain approval, the Contractor must submit a completed Form 2178, "DBE Joint Check Approval," to the Owner. The Owner will closely monitor the use of joint checks to ensure that such a practice does not erode the independence of the DBE nor inhibit the DBE's ability to perform a CUF. When joint checks are utilized, DBE credit toward the Contract goal will be allowed only when the subcontractor is performing a CUF in accordance with 49 CFR 26.55(c)(1). Long-term or open-ended joint checking arrangements may be a basis for further scrutiny and may result in the lack of participation towards the Contract goal requirement if DBE independence cannot be established. Joint checks will not be allowed simply for the convenience of the Contractor. If the proper procedures are not followed or the Owner determines that the arrangements result in a lack of independence for the DBE involved, no credit for the DBE's participation as it relates to the material cost will be used toward the Contract goal requirement, and the Contractor will need to make up the difference elsewhere on the project. 2.3.10. DBE Termination and Substitution. No DBE named in the commitment submitted under Section 2.3.5. will be terminated for convenience, in whole or part, without the Owner's approval. This includes, but is not limited to, instances in which a Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non -DBE firm, or with another DBE firm. Unless consent is provided, the Contractor will not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. The Contractor, prior to submitting its request to terminate, must first give written notice to the DBE of its intent to terminate and the reason for the termination. The Contractor will copy the Owner on the Notice of Intent to terminate. 5-7 267 V11 1 VL 1 LA1\I�AlYL 1lLJAL YA1\ lAV LL LVJIIY LJJ -1141"1\11\11JL L19 FEDERAL -AID CONTRACTS 000-394L The DBE has 5 calendar days to respond to the Contractor's notice and will advise the Contractor and the Owner of the reasons, if any, why it objects to the proposed termination of its subcontract and why the Owner should not approve the prime Contractor's request for termination. The Owner may provide a shorter response time if required in a particular case as a matter of public necessity. The Owner will consider both the Contractor's request and DBE's stated position prior to approving the request. The Owner may provide a written approval only if it agrees, for reasons stated in its concurrence document, that the Contractor has good cause to terminate the DBE. If the Owner does not approve the request, the Contractor must continue to use the committed DBE firm in accordance with the Contract. For guidance on what good cause includes, see 49 CFR 26.53. Good cause does not exist if the Contractor seeks to terminate, reduce, or substitute a DBE it relied upon to obtain the Contract so that the Contractor can self -perform the work for which the DBE firm was engaged. When a DBE subcontractor is terminated, make good faith efforts to find, as a substitute for the original DBE, another DBE to perform, at least to the extent needed to meet the established Contract goal, the work that the original DBE was to have performed under the Contract. Submit the completed Form 2228, "DBE Termination Substitution Request," within seven (7) days, which may be extended for an additional 7 days if necessary at the request of the Contractor. The Owner will provide a written determination to the Contractor stating whether or not good faith efforts have been demonstrated. 2.3.11. Reports and Records. By the 15th of each month and after work begins, report payments to meet the DBE goal and for DBE race -neutral participation on projects with or without goals. These payment reports will be required until all DBE subcontracting or material supply activity is completed. Negative payment reports are required when no activity has occurred in a monthly period. Notify the Owner if payment to any DBE subcontractor is withheld or reduced. Before receiving final payment from the Owner, the Contractor must indicate a final payment on the compliance tracking system. The final payment is a summary of all payments made to the DBEs on the project. All records must be retained for a period of 3 years following completion of the Contract work, and must be available at reasonable times and places for inspection by authorized representatives of the Owner, Texas Department of Transportation or the DOT. Provide copies of subcontracts or agreements and other documentation upon request. 2.3.12. Failure to Comply. If the Owner determines the Contractor has failed to demonstrate good faith efforts to meet the assigned goal, the Contractor will be given an opportunity for reconsideration by the Owner. A Contractor's failure to comply with the requirements of this Special Provision will constitute a material breach of this Contract. In such a case, the Owner reserves the right to terminate the Contract; to deduct the amount of DBE goal not accomplished by DBEs from the money due or to become due the Contractor; or to secure a refund, not as a penalty but as liquidated damages, to the Owner or such other remedy or remedies as the Owner deems appropriate. 2.3.13. Investigations. The Owner may conduct reviews or investigations of participants as necessary. All participants, including, but not limited to, DBEs and complainants using DBE Subcontractors to meet the Contract goal, are required to cooperate fully and promptly with compliance reviews, investigations, and other requests for information. 6-7 268 l.11 Y Ur rrANLIAIVU U13NU V AIN 1 HIIr.0 D U 311V r.33 r.IV 1 r MrM13r, 11V FEDERAL -AID CONTRACTS 000-394L 2.3.14. Falsification and Misrepresentation. If the Owner determines that a Contractor or subcontractor was a knowing and willing participant in any intended or actual subcontracting arrangement contrived to artificially inflate DBE participation or any other business arrangement determined by the Owner to be unallowable, or if the Contractor engages in repeated violations, falsification, or misrepresentation, the Owner may: ■ refuse to count any fraudulent or misrepresented DBE participation; ■ withhold progress payments to the Contractor commensurate with the violation; ■ refer the matter to the Office of Inspector General of the US Department of Transportation for investigation; and/or ■ seek any other available contractual remedy. 7-7 269 l,l l I VP r�H1CLHIVL Jrt.�.1HL rm" V 131%J1V 1 V 11D1V1 G INSTRUCTIONS TO BIDDERS 002-0011 L Special Provision to Item 2 Instructions to Bidders Item 2, "Instructions to Bidders," of the Standard Specifications is amended with respect to the clauses cited below. No other clauses or requirements of this Item are waived or changed. Article 2.3., "Issuing Proposal Forms," second paragraph, is supplemented by the following. The Owner will not issue a proposal form if one or more of the following apply: ■ the Bidder or affiliate of the Bidder that was originally determined as the apparent low Bidder on a project, but was deemed nonresponsive for failure to submit a DBE commitment as specified in Article 2.14., "Disadvantaged Business Enterprise (DBE)," is prohibited from rebidding that specific project. Article 2.7., "Nonresponsive Bid," is supplemented by the following: The Owner will not accept a nonresponsive bid. A bid that has one or more of the deficiencies listed below is considered nonresponsive: ■ the Bidder failed to submit a DBE commitment as specified in Article 2.14., "Disadvantaged Business Enterprise (DBE)." Article 2.14., "Disadvantaged Business Enterprise (DBE)," is added. The apparent low bidder must submit DBE commitment information on federally funded projects with DBE goals within 5 calendar days (as defined in 49 CFR Part 26, Subpart A) of bid opening. For a submission that meets the 5 -day requirement, administrative corrections will be allowed. If the apparent low Bidder fails to submit their DBE information within the specified timeframe, the apparent low bidder will be deemed nonresponsive and the proposal guaranty will become the property of the Owner, not as a penalty, but as liquidated damages. The Bidder forfeiting the proposal guaranty will not be considered in future proposals for the same work unless there has been a substantial change in the design of the work. The Owner may recommend: ■ reject all bids, or ■ award the Contract to the new apparent low Bidder, if the new apparent low Bidder submits DBE information within one calendar day of notification by the Owner. If the new apparent low Bidder is unable to submit the required DBE information within one calendar day: ■ the new apparent low Bidder will not be deemed nonresponsive, ■ the Bidder's guaranty will not be forfeited, ■ the Owner will reject all bids, and in the Bidder will remain eligible to receive future proposals for the same project. 270 t-11 Y Vt FLAKLAINU 1jM(-1jL, YKV V11MUN 1 V 11L1V1 / LEGAL RELATIONS AND RESPONSIBILITIES 007-001 L Special Provision to Item 7 Legal Relations and Responsibilities Item 7, "Legal Relations and Responsibilities," of the Standard Specifications is amended with respect to the clauses cited below. No other clauses or requirements of this Item are waived or changed. Section 2.6.5., "Training", is supplemented by the following: Coordinate enrollment, pay associated fees, and successfully complete approved Training or Contractor Delivered Training. Training is valid for the period prescribed by the provider but no less than 3 yrs. from the date of completion. The Owner may require training at a frequency less than the period prescribed or 3 yrs. based on Owner's needs. Training and associated fees will not be measured or paid for directly but are considered subsidiary to pertinent Items. 2.6.5.1. Approved Training. Approved training is listed below: 2.6.5.1.1 Contractor Responsible Person and Alternate. Provider Course Title American Traffic Safety Services Association Traffic Control Supervisor National Highway Institute Maintenance of Traffic Control for Supervisors 2.6.5.1.2. Flagger Instructor Training. Provider Course Title American Traffic Safety Services Association Flagging Instructor Training Course Texas Engineering Extension Services Train -the -Trainer Flaggers National Safety Council Flagger (Instructor) University of Texas at Arlington, Division for Enterprise Development Certified Flagger Instructor Flagger Training. Provider Course Title Texas Engineering Extension Services Flaggers in Work Zones National Safety Council Flagger (Novice) University of Texas at Arlington, Continuing Education Department Flaggers in Work Zones (TxDOT Training) University of Texas at Arlington, Continuing Education Department WZ Traffic Control/Qualified Flagger Associated Builders and Contractors, Austin Chapter Flagger Training LDI Safety Training Flagger Training Tipton Compliance and Safety Flagger Training IN 271 CITY U1- PEARLAND 2.6.5.1.3. Law Enforcement Personnel. SPECIAL PR0V1SI0N '1'U I'IEM 7 LEGAL RELATIONS AND RESPONSIBILITIES 007-001 L Provider Course Title National Highway Institute Safe and Effective Use of Law Enforcement Personnel in Work Zones 2.6.5.1.4. Other Work Zone Personnel. Provider Course Title American Traffic Safety Services Association Traffic Control Technician Training Texas Engineering Extension Services Work Zone Traffic Control National Highway Institute Maintenance of Traffic Control for Technicians National Highway Institute Maintenance Training Series: Basics of Work Zone Traffic Control 2.6.5.2. Contractor Delivered Training. Develop Contractor Delivered Training curriculum and submit the curriculum to the Owner for approval. Do not implement the training curriculum before receiving written approval from the Owner. The work performed and materials furnished to develop the curriculum and provide training will not be measured or paid for directly but will be considered subsidiary to pertinent Items. A contractor's certified flagging instructor is permitted to train other flaggers. 2-2 272 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L Special Provision to Item 506 Temporary Erosion, Sedimentation, and Environmental Controls For this project, item 506, "Temporary Erosion, Sedimentation, and Environmental Controls," of the standard specifications, is hereby voided and replaced with the following. 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3) in the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. 2. MATERIALS Furnish materials in accordance with the following: ■ Item 161, "Compost' ■ Item 432, "Riprap" ■ Item 556, "Pipe Underdrains" 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding acceptable to the Owner. Provide the following: ■ Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. ■ Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: ■ a double -twisted, hexagonal weave with a nominal mesh opening of 2-1/2 in. X 3-1/4 in.; ■ minimum 0.0866 in. steel wire for netting; ■ minimum 0.1063 in. steel wire for selvages and corners; and ■ minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags," except that any gradation of aggregate may be used to fill the sandbags. 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, "Riprap." 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non -erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 273 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L 2.4.1. Rock Construction Exit. Provide crushed aggregate for long- and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8 -in. aggregate for Type 1. Use 2- to 4 -in. aggregate for Type 3. 2.4.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. Provide plywood or pressed wafer board at least 1/2 in. thick for short-term exits. 2.4.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2.5. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.6. Pipe. Provide pipe outlet material in accordance with Item 556, "Pipe Underdrains," and details shown on the plans. 2.7. Construction Perimeter Fence. 2.7.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in., or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-112 x 1-115 in. Furnish T- or L-shaped steel posts with a minimum weight of 0.5 Ib. per foot. 2.7.2. Fence. Provide orange construction fencing as approved. 2.7.3. Fence Wire. Provide 11 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tie wire. 2.7.4. Flagging. Provide brightly -colored flagging that is fade -resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst -strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. Table 1 Sand Gradation Sieve # Retained % by Weight) 4 Maximum 3% 100 Minimum 80% 200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size shall not exceed 3/8 in. 2.9. Temporary Sediment Control Fence. Provide a net -reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 274 CITY Or PEARLANll SPECIAL PROVISION 1'O IJEM S06 JEMYORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L 2.9.1. Fabric. Provide fabric materials in accordance with DMS -6230, "Temporary Sediment Control Fence Fabric." 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 X 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 X 1-112 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.3 Ib. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 X 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161, "Compost." 2.10.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. 3. CONSTRUCTION 3.1. Contractor Responsibilities. Implement the Owner's Storm Water Pollution Prevention Plan (SWP3) for the project in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed by the Owner. Develop and implement an SWP3 for project -specific material supply plants within and outside of the Owner's right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 3.2. General. 3.2.1. Phasing. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the plans or as directed. If, in the opinion of the Owner, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Owner will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 3.2.2. Maintenance. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 3.2.3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable storm water permit. Establish a uniform vegetative cover. The project will not be accepted until a 70% density of existing adjacent undisturbed areas is obtained, unless otherwise shown 275 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L on the plans. When shown on the plans, the Owner may accept the project when adequate controls are in place that will control erosion, sedimentation, and water pollution until sufficient vegetative cover can be established. 3.2.4. Finished Work. Upon acceptance of vegetative cover, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. 3.2.5. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Utilize appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e. dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 3.3. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Owner.. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. Remove sediment, debris, and litter. When approved, sediments may be disposed of within embankments, or in the right of way in areas where the material will not contribute to further siltation. Dispose of removed material in accordance with federal, state, and local regulations. Remove devices upon approval or as directed. Finish -grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 3.3.1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: 3.3.1.1. Type 1 (Non -reinforced). 3.3.1.1.1. Height. At least 18 in. measured vertically from existing ground to top of filter dam. 3.3.1.1.2. Top Width. At least 2 ft. 3.3.1.1.3. Slopes. No steeper than 2:1. 3.3.1.2. Type 2 (Reinforced). 3.3.1.2.1. Height. At least 18 in. measured vertically from existing ground to top of filter dam. 276 l l l I lir rC.t1M1_1 1N1J 3rnk_A L, rMkJ V 1311J1V 1 V 11 MVI JVo 1 C,1V1rVMAM I MMU31V1V, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L 3.3.1.2.2. Top Width. At least 2 ft. 3.3.1.2.3. Slopes. No steeper than 2:1. 3.3.1.3. Type 3 (Reinforced). 3.3.1.3.1. Height. At least 36 in. measured vertically from existing ground to top of filter dam. 3.3.1.3.2. Top Width. At least 2 ft. 3.3.1.3.3. Slopes. No steeper than 2:1. 3.3.1.4. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Connect the sides by lacing in a single loop—double loop pattern on 4- to 5 -in. spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the filling end, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. Lift and place without damaging the gabion. Shape sack gabions to existing contours. 3.3.1.5. Type 5. Provide rock filter dams as shown on the plans. 3.3.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8 -in. lifts to the required elevations. Hand -tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, "Riprap," when designated on the plans. 3.3.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above, to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 3.3.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long- or short-term use. 3.3.4.1. Long -Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. 3.3.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 3.3.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. 3.3.4.2. Short -Term. 3.3.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 277 C FFY Uh PEAKLAND SPECIAL PKUVISIUN 'I'U HEM S06 JEMPUKAKY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L 3.3.4.2.2. Type 4. Construct as shown on the plans or as directed. 3.3.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 3.3.5.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. Create a sediment basin, where required, providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. 3.3.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 3.3.6. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 3.3.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 3.3.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. 3.3.6.3. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 3.3.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 3.3.8. Temporary Sediment -Control Fence. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 3.3.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 3.3.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 X 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. 3.3.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T -clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 278 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L 3.3.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: ■ fabric with minimal or no visible signs of biodegradation (weak fibers), ■ fabric without excessive patching (more than 1 patch every 15 to 20 ft.), ■ posts without bends, and ■ backing without holes. 3.3.9. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown in plans or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and to the satisfaction of the Owner such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor's expense. 3.3.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with a track undercarriage capable of producing a linear soil impression measuring a minimum of 12 in. long X 2 to 4 in. wide X 1/2 to 2 in. deep. Do not exceed 12 in. between track impressions. Install continuous linear track impressions where the 12 in. length impressions are perpendicular to the slope. Vertical tracking is required on projects where soil disturbing activities have occurred unless otherwise approved. 4. MEASUREMENT 4.1. Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 4.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 4.1.2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. 4.1.2.1. Installation. Measurement will be made in final position. 4.1.2.2. Removal. Measurement will be made at the point of removal. 4.2. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. 4.3. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. 4.4. Construction Exits. Construction exits will be measured by the square yard of surface area. 4.5. Earthwork for Erosion and Sediment Control. 4.5.1. Equipment and Labor Measurement. Equipment and labor used will be measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 4.5.2. Volume Measurement. 279 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506.001 L 4.5.2.1. In Place. 4.5.2.1.1. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 4.5.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: ■ the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and ■ the lines, grades and slopes of the accepted embankment for the feature. 4.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under "Earthwork (Erosion and Sediment Control, In Vehicle)." Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 4.6. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. 4.7. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 4.8. Temporary Sediment -Control Fence. Installation or removal of temporary sediment -control fence will be measured by the foot. 4.9. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 4.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 5. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: ■ erosion -control measures for Contractor project -specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); ■ removal of litter, unless a separate pay item is shown on the plans; ■ repair to devices and features damaged by Contractor operations; ■ added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; ■ removal and reinstallation of devices and features needed for the convenience of the Contractor; ■ finish grading and dressing upon removal of the device; and ■ minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 5.1. Rock Filter Dams. 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 as follows: 280 l.,ll 1 Vr r1✓t11cLt11V1J 13rl✓1.1t11, r1tV V 131V1V 1 V 11 r_1V1 JVU 1L.rvLruruArC 1 r.1CVJ1VIV, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506.001 L 5.1.1. Installation. Installation will be paid for as "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 5.1.2. Removal. Removal will be paid for as "Rock Filter Dams (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Owner directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for "Rock Filter Dams (Remove)" and for "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 5.2. Temporary Pipe Slope Drains. 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 "Temporary Pipe Slope Drains" of the size specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Owner directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for "Temporary Pipe Slope Drains" of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, "Riprap." 5.3. Temporary Paved Flumes. 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 "Temporary Paved Flume (Install)" or "Temporary Paved Flume (Remove)." This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Owner directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for `Temporary Paved Flume (Remove)" and 'Temporary Paved Flume (Install)." These prices are full compensation for the removal and replacement of the paved flume and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." 5.4. Construction Exits. Contractor -required construction exits from off right of way locations or on -right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" for construction exits needed on right of way access to work areas required by the Owner will be paid for at the unit price bid for "Construction Exits (Install)" of the type specified or "Construction Exits (Remove)." This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Owner directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for "Construction Exit (Remove)" and "Construction Exit (Install)" of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. 281 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001 L Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under "Earthwork for Erosion and Sediment Control." 5.5. Earthwork for Erosion and Sediment Control. 5.5.1. Initial Earthwork for Erosion and Sediment Control. 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 "Excavation (Erosion and Sediment Control, In Place)," "Embankment (Erosion and Sediment Control, In Place)," "Excavation (Erosion and Sediment Control, In Vehicle)," "Embankment (Erosion and Sediment Control, (In Vehicle)," or "Earthwork (Erosion and Sediment Control, In Vehicle)." This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly, but will be subsidiary to this Item. 5.5.2. Maintenance Earthwork for Erosion and Sediment Control for Cleaning and Restoring Control Measures. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid under a Contractor Force Account Item from invoice provided to the Owner. This price is full compensation for excavation, embankment, and re -grading including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion -control features; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion -control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly, but will be subsidiary to this Item. 5.6. Construction Perimeter Fence. 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 "Construction Perimeter Fence." This price is full compensation for furnishing and placing the fence; digging, fence posts, wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Owner directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for "Construction Perimeter Fence," which is full compensation for the removal and reinstallation of the construction perimeter fence. 5.7. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for "Sandbags for Erosion Control' (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Owner directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for "Sandbags for Erosion Control," which is full compensation for the reinstallation of the sandbags. 5.8. Temporary Sediment -Control Fence. 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 as follows: Im 282 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506-001L 5.8.1. Installation. Installation will be paid for as 'Temporary Sediment -Control Fence (Install)." This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 5.8.2. Removal. Removal will be paid for as "Temporary Sediment -Control Fence (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 5.9. Biodegradable Erosion Control Logs. 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 as follows: 5.9.1. Installation. Installation will be paid for as "Biodegradable Erosion Control Logs (Install)" of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 5.9.2. Removal. Removal will be paid for as 'Biodegradable Erosion Control Logs (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 283 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6002 VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 Special Specification 6002 Video Imaging Vehicle Detection System 9 9 1. DESCRIPTION Install a Video Imaging Vehicle Detection System (VIVDS) that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. A VIVDS configuration for a single intersection will consist of variable focal length cameras, VIVDS card rack processor system, and all associated equipment required to setup and operate in a field environment, including a video monitor and laptop (if required), connectors, and camera mounting hardware. The system is composed of these principal items: the cameras, the field communications link between the camera and the VIVDS processor unit, and the VIVDS processor unit along with a PC, video monitor, or associated equipment required to setup the VIVDS and central control software to communicate to the VIVDS processor. The VIVDS Card Rack Processor must be either NEMA TS 2 TYPE 1 or TYPE 2. TYPE 2 must have RS 485 SDLC. 2. DEFINITIONS 2.1. VIVDS Processor Unit. The electronic unit that converts the video image provided by the cameras, generates vehicle detections for defined zones, and collects vehicular data as specified. 2.2. VIVDS Processor System. One or more VIVDS processor modular units required to handle the number of camera inputs. 2.3. Central Control. A remotely located control center, which communicates with the VIVDS. The VIVDS operator at the central control has the ability to monitor the operation and modify detector placement and configuration parameters. The equipment that constitutes central control is comprised of a workstation microcomputer along with the associated peripherals as described in this Special Specification. 2.4. Field Setup Computer. A portable microcomputer used to set up and monitor the operation of the VIVDS processor unit. If required to interface with the VIVDS processor unit, the field setup computer with the associated peripherals described in this Special Specification and a video monitor, also described in this Special Specification, must be supplied as part of the VIVDS. 2.5. Field Communications Link. The communications connection between the camera and the VIVDS processor unit. The primary communications link media may be coaxial cable or fiber optic cable. 2.6. Remote Communications Link. The communications connection between the VIVDS processor unit and the central control. 2.7. Camera Assembly. The complete camera or optical device assembly used to collect the visual image. The camera assembly consists of a charged coupled device (CCD) camera, environmental enclosure, sun shield, temperature control mechanism, and all necessary mounting hardware. 2.8. Occlusion. The phenomenon when a vehicle passes through the detection zone but the view from the sensor is obstructed by another vehicle. This type of occlusion results in the vehicle not being detected by the sensor or when a vehicle in one lane passes through the detection zone of an adjacent lane. This type of occlusion can result in the same vehicle being counted in more than one lane. 09-14 Statewide 284 (A 1 Y UP YLAKLA N ll ) VL( -IAL YKU V RMUIN 1 U 11 LM ODUZ VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 2.9. Detection Zone. The detection zone is a line or area selected through the VIVDS processor unit that when occupied by a vehicle, sends a vehicle detection to the traffic controller or freeway management system. 2.10. Detection Accuracy. The measure of the basic operation of a detection system (shows detection when a vehicle is in the detection zone and shows no detection when there is not a vehicle in the detection zone). 2.11. Live Video. Video being viewed or processed at 30 frames per second. 2.12. Lux. The measure of light intensity at which a camera may operate. A unit of illumination equal to one lumen per square meter or to the illumination of a surface uniformly one meter distant from a point source of one candle. 2.13. Video Monitor. As a minimum must be a 9 -in. black and white monitor with BNC connectors for video in and out. 3. FUNCTIONAL CAPABILITIES The system software must be able to detect either approaching or departing vehicles in multiple traffic lanes A minimum of 4 detector outputs per video processor module card and each card must have a minimum of 24 detection zones. Each zone and output must be user definable through interactive graphics by placing lines or boxes in an image on a video or VGA monitor. The user must be able to redefine previously defined detection zones. The VIVDS must provide real time vehicle detection (within 112 milliseconds (ms) of vehicle arrival). The VIVDS processor unit must be capable of simultaneously processing information from various video sources, including CCN video image sensors and video tape players. The video sources may be, but are not required to be, synchronized or line -locked. The video must be processed at a rate of 30 times per second by the VIVDS processor unit. The system must be able to detect the presence of vehicles in a minimum of 12 detection zones within the combined field of view of all cameras (a minimum of 12 detection zones per camera input to the VIVDS processor unit). Provide detection zones that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The VIVDS processor unit must compensate for minor camera movement (up to 2% of the field of view at 400 ft.) without falsely detecting vehicles. The camera movement must be measured on the unprocessed video input to the VIVDS processor unit. The camera must operate while directly connected to VIVDS Processor Unit. Once the detector configuration has been downloaded or saved into the VIVDS processor unit, the video detection system must operate with the monitoring equipment (monitor or laptop) disconnected or online. When the monitoring equipment is directly connected to the VIVDS processor unit, it must be possible to view vehicle detections in real time as they occur on the field setup computer's color VGA display or the video monitor. 4. VEHICLE DETECTION 4.1. Detection Zone Placement. The video detection system must provide flexible detection zone placement anywhere within the combined field of view of the image sensors. Preferred presence detector configurations must be lines or boxes placed across lanes of traffic or lines placed in line with lanes of traffic. A single detector must be able to replace one or more conventional detector loops. Detection zones must be able to 09-14 Statewide 285 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6002 VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 be fully overlapped. In addition, detection zones must have the capability of implementing "AND" and "OR" logical functions including presence, extension and delay timing. These logical functions may be excluded if provisions are made to bring each detector separately into the controller and the controller can provide these functions. 4.2. Detection Zone Programming. Placement of detection zones must be by means of a graphical interface using the video image of the roadway. The monitor must show images of the detection zones superimposed on the video image of traffic while the VIVDS processor is running. The detection zones must be created by using the mouse or keypad to draw detection zones on the monitor. The detection zones must be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It must be possible to upload detector configurations to the VIVDS processor unit and to retrieve the detector configuration that is currently running in the VIVDS processor unit. The mouse or keypad must be used to edit previously defined detector configurations so as to fine tune the detection zone placement size and shape. Once a detection configuration has been created, the system must provide a graphic display of the new configuration on its monitor. While this fine-tuning is being done, the detection must continue to operate from the detector configuration that is currently called. When a vehicle occupies a detection zone, the detection zone on the live video must indicate the presence of a vehicle, thereby verifying proper operation of the detection system. With the absence of video, the card must have an LED that will indicate proper operation of the detection zones. Provide detection zones that are sensitive to the direction of vehicle travel. The direction to be detected by each detection zone must be user programmable. The vehicle detection zone should not activate if a vehicle traveling any direction other than the one specified for detection occupies the detection zone. Cross -street and wrong way traffic should not cause a detection. 4.3. Design Field of View. The video detection system must reliably detect vehicle presence in the design field of view. The design field of view must be defined as the sensor view when the image sensor is mounted 24 ft. or higher above the roadway, when the camera is adjacent (within 15 ft.) to the edge of the nearest vehicle travel lane, and when the length of the detection area is not greater than 10 times the mounting height of the image sensor. Within this design field of view, the VIVDS processor unit must be capable of setting up a single detection zone for point detection (equivalent to the operation of a 6 ft. X 6 ft. inductive loop). A single camera, placed at the proper mounting height with the proper lens, must be able to monitor up to and including 5 traffic lanes simultaneously. 4.4. Detection Performance. Detection accuracy of the video detection system must be comparable to properly operating inductive loops. Detection accuracy must include the presence of any vehicle in the defined detection zone regardless of the lane, which the vehicle is occupying. Occlusion produced by vehicles in the same or adjacent lanes must not be considered a failure of the VIVDS processor unit, but a limitation of the camera placement. Detection accuracy (a minimum of 95%) must be enforced for the entire design field of view on a lane by lane and on a time period basis. When specified on the plans, furnish up to 24 continuous hours of recorded video of all installed intersection cameras within the 30 day test period for verification of proper camera placement, field of view, focus, detection zone placement, processor setup and operation. The video from each camera must show vehicle detections for all zones. 4.5. Equipment Failure. Either camera or VIVDS processor unit must result in constant vehicle detection on affected detection zones. 5. VIVDS PROCESSOR UNIT 5.1. Cabinet Mounting. The VIVDS processor unit must be rack mountable. 5.2. Environmental Requirements. The VIVDS processor unit must be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It must meet the environmental 09-14 Statewide 286 1.1 l Y Ur YIJAKLAIV 1J 3r]:AAAL FMU V 131UIN 1 V 11 n1V1 ODUL VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 requirements set forth by the latest NEMA (National Electrical Manufacturers Association) TS1 and TS2 standards as well as the environmental requirements for Type 170, Type 179 and 2070 controllers. Operating temperature must be from -30°F to +165°F at 0% to 95% relative humidity, non -condensing. 5.3. Electrical. The VIVDS must have a modular electrical design. The VIVDS must operate within a range of 89 to 135 VAC, 60 Hz single phase. Power to the VIVDS must be from the transient protected side of the AC power distribution system in the traffic control cabinet in which the VIVDS is installed. Serial communications to the field setup computer must be through an RS 232, USB or Ethernet port. This port must be able to download the real time detection information needed to show detector actuations. A connector on the front of the VIVDS processor unit must be used for serial communications. The unit must be equipped with RS 170 (monochrome) or RS170A (color) composite video inputs video inputs, so that signals from image sensors or other synchronous or asynchronous video sources can be processed in real time. BNC connectors on the front of the VIVDS processor unit or video patch panel must be used for all video inputs. The unit must be equipped with a single RS 170 composite video output. This output must be capable of corresponding to any one of the video inputs, as selected remotely via the field setup computer or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output must not be acceptable. A BNC or RCA connector must be used for video output on the front of the processor unit. Any other video formats must be approved by a Department TRF Signal Operation Engineer before use. Software upgrades or changes must be presented to and approved by the Department's TRF -TM Division before use. Failure to do so will be grounds for termination of contract and probation for responsible partys. The unit software and the supervisor software must include diagnostic software to allow testing the VIVDS functions. This must include the capability to set and clear individual detector outputs and display the status of inputs to enable setup and troubleshooting in the field. 6. CAMERA ASSEMBLY 6.1. Camera. The video detection system must use medium resolution, monochrome image sensors as the video source for real time vehicle detection. The cameras must be approved for use with the VIVDS processor unit by the supplier of the VIVDS. As a minimum, each camera must provide the following capabilities: ■ Images must be produced with a Charge Coupled Device (CCD) sensing element with horizontal resolution of at least 480 lines for black and white or 470 lines for color and vertical resolution of at least 350 lines for black and white or color. Images must be output as a video signal conforming to RS170. ■ Useable video and resolvable features in the video image must be produced when those features have luminance levels as low as 0.1 lux for black and white, and as low as 1.0 lux for color, for night use. ■ Useable video and resolvable features in the video image must be produced when those features have luminance levels as high as 10,000 lux during the day. ■ The camera must include an electronic shutter or auto -ins control based upon average scene luminance and must be equipped with an electronic shutter or auto -ins lens with variable focal length and variable focus that can be adjusted without opening up the camera housing to suit the site geometry. The variable focal length must be adjustable from 6 mm to 34 mm. 6.2. Camera and Lens Assembly. The camera and lens assembly must be housed in an environmental enclosure that provides the following capabilities: ■ The enclosure must be waterproof and dust tight to the latest NEMA 4 specifications. 09-14 Statewide 287 CI I Y Ul' PI ARLAN D SPECIAL IAL PROVISION 1 U I I LM 6002 VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 ■ The enclosure must allow the camera to operate satisfactorily over an ambient temperature range from -307 to +140°F while exposed to precipitation as well as direct sunlight. ■ The enclosure must allow the camera horizon to be rotated in the field during installation. ■ The enclosure must include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure must be nominally 115 VAC 60 Hz. ■ A thermostatically controlled heater must be at the front of the enclosure to prevent the formation of ice and condensation, as well as to assure proper operation of the lens's iris mechanism. The heater must not interfere with the operation of the camera electronics, and it must not cause interference with the video signal. ■ The enclosure must be light colored or unfinished and must include a sun shield to minimize solar heating. The front edge of the sunshield must protrude beyond the front edge of the environmental enclosure and must include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield must be adjustable to block the view of the horizon to prevent direct sunlight from entering the lens. Any plastics used in the enclosure must include ultra violet inhibitors. ■ The total weight of the image sensor in the environmental enclosure with sunshield must be less than 10 Ib. ■ When operating in the environmental enclosure with power and video signal cables connected, the image sensor must meet FCC class B requirements for electromagnetic interference emissions. The video output of the cameras must be isolated from earth ground. All video connections for the cameras to the video interface panel must also be isolated from earth ground. Use waterproof, quick disconnect connectors to the image sensor for both video and power. Provide a camera interface panel capable of being mounted to sidewalls of a controller cabinet for protection of the VIVDS processor unit, camera video and power inputs/outputs. The panel must consist of, as a minimum, 4 Edco CX06 coax protectors, an Edco ACP -340 for the cameras and VIVDS processor unit power, a 10 amp breaker, a convenience outlet protected the ACP -340 and a terminal strip with a minimum of sixteen 8-32 binder head screws. The terminal strip must be protected by a piece of 118 in. Plexiglas. When the connection between the image sensor and the VIVDS processor unit is coaxial cable, the coaxial cable used must be a low loss, 75 ohm, precision video cable suited for outdoor installation, such as Belden 8281 or a Department -approved equal. Camera mounting hardware must allow for vertical or horizontal mounting to the camera enclosure. Pelco AS -0166-4-62 or equivalent is acceptable. 7. FIELD COMMUNICATION LINK The field communications link must be a one way communications connection from the camera to the equipment cabinet. The primary communications link media may be coaxial cable or fiber optic cable accompanied by a 3 conductor minimum 18 AWG, 24 VDC or 115 VAC camera power cable, or appropriate cable as approved. The following requirements must govern for the various types of field communications link media described on the plans: 7.1. Coaxial Cable. In locations where the plans indicate coaxial cable is required as the primary communications link, this cable must be of the RG 59 type with a nominal impedance of 75 ohms. All cable must have a polyethylene dielectric with copper braid shield having a minimum of 98% shield coverage and not greater than 0.78 dB attenuation per 100 feet at 10 MHz with a minimum 18 AWG extemal 3 conductor power cable or approved equivalent as directed. 09-14 Statewide 288 1.,11 1 lir rntl111Lt11V1J 3rz%._U11_ rr"" V 1311J1V 1 V 11 nlvl UVVL VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 7.2. Fiber Optic Cable. If shown on the plans, furnish fiber optic cable in accordance with the Special Specification for fiber optic cable. 7.3. Twisted Wire Pairs. Must be Belden 9556 or equivalent 18 AWG TWP control cable. All connection cables must be continuous from the equipment cabinet to the camera. No splices of any type will be permitted. Install lightning and transient surge suppression devices on the processor side of the field communications link to protect the peripheral devices. The suppression devices must be all solid state. Lightning protection is not required for fiber optic communication lines. The devices must present high impedance to, and must not interfere with, the communications lines during normal operation. The suppression devices must not allow the peak voltage on any line to exceed 300% of the normal operating peak voltage at any time. The response time of the devices must not exceed 5 nanoseconds. 8. VIVDS SET-UP SYSTEM The minimum VIVDS set-up system, as needed for detector setup and viewing of vehicle detections, must consist of a field setup computer and Windows based interface software (if required) or a video monitor with interface software built-in to the VIVDS processor unit. Live video (30 frames per second) must be available on the field setup computer to determine proper operation of detectors. The field set-up computer as a minimum, must have an NTSC video input port or equivalent. If a field setup computer is required for system set-up, it must be supplied by the supplier of the VIVDS. The field setup computer must include all necessary cabling and a Windows based program to interface with the VIVDS processor unit. This software must provide an easy to use graphical user interface and support all models/versions of the supplied VIVDS. Live video with the detection overlaid is required for field verification of the system. 9. TEMPORARY USE AND RETESTING 9.1. Temporary Use. When shown on the plans, the VIVDS equipment must be used to provide vehicle detection on a temporary basis. When the permanent vehicle detection system and related equipment are installed and made operational, the VIVDS equipment must be carefully removed and delivered to the location shown on the plans. 9.2. State Retesting and Acceptance. Before acceptance, all VIVDS equipment may be retested by the Department, even if the system was operating properly before removal. Repair or replace any equipment damaged during removal or transport and any equipment that does not meet the various test requirements. 10. OPERATION FROM CENTRAL CONTROL The central control must transmit and receive all information needed for detector setup, monitor the vehicle detection, view the vehicle traffic flow at a rate of 2 frames per second or greater for telephone, or 5 frames per second or greater for ISDN lines (as specified by the plans), and interrogate all required stored data. The remote communications link between the VIVDS processor unit and central control may be dial-up (telephone or ISDN lines) or dedicated twisted wire pair communications cable which may be accompanied with coaxial cable or fiber-optic cable, as shown on the plans. Communications with the central control must not interfere with the on -street detection of the VIVDS processor. Quality of the video at 2 frames per second rate must be such that the view with the traffic flow is clear and in focus. 09-14 Statewide 289 CITY OF PEARLAND 11. INSTALLATION AND TRAINING SPECIAL PROVISION TO ITEM 6002 VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 The supplier of the video detection system must supervise the installation and testing of the video and computer equipment. A factory certified representative from the supplier must be on site during installation. If the field setup computer is furnished by the Department, such installation and testing must be done at the time that training is conducted. Provide up to 2 days of training to personnel of the Department in the operation, setup and maintenance of the video detection system. Provide instruction and materials for a maximum of 20 persons and conduct at a location selected by the Department. The Department will be responsible for any travel and room and board expenses for its own personnel. Instruction personnel are required to be certified by the equipment manufacturer. The User's Guide is not an adequate substitute for practical, classroom training and formal certification by an approved agency. Formal levels of factory authorized training are required for installers, contractors, and system operators. All training must be certified by the manufacturer. 12. WARRANTY, MAINTENANCE, AND SUPPORT The video detection system must be warranted to be free of defects in material and workmanship for a period of 5 yr. from date of shipment from the supplier's facility. During the warranty period, the supplier must repair with new or refurbished materials, or replace at no charge, any product containing a warranty defect provided the product is returned FOB to the supplier's factory or authorized repair site. Return product repair or replaced under warranty by the supplier with transportation prepaid. This warranty does not apply to products damaged by accident, improperly operated, abused, serviced by unauthorized personnel or unauthorized modification. During the warranty period, technical support must be available from the supplier via telephone within 4 hr. of the time a call is made by a user, and this support must be available from factory certified personnel or factory certified installers. Ongoing software support by the supplier must include updates of the VIVDS processor unit and supervisor software (if a field setup computer is required for set up). Provide these updates free of charge during the warranty period. The update of the VIVDS software to be NTCIP compliant must be included. The supplier must maintain a program for technical support and software updates following expiration of the warranty period. Make this program available to the Department in the form of a separate agreement for continuing support. The'supplier must maintain an ongoing program of technical support for the wireless camera system. This technical support must be available via telephone or personnel sent to the installation site. The supplier must maintain an adequate inventory of parts to support maintenance and repair of the camera system. 13. MEASUREMENT The VIVDS will be measured as each major system component furnished, installed, made fully operational, and tested in accordance with this Special Specification or as directed. The VIVDS communication cable will be measured by the foot of the appropriate media type furnished, installed, made fully operational, and tested in accordance with this Specification, other referenced Special Specifications or as directed. 09-14 Statewide 290 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6002 VIDEO IMAGING VEHICLE DETECTION SYSTEM 6002 When the VIVDS is used on a temporary basis, the VIVDS will be measured as each system furnished, installed, made fully operational, including reconfiguration and removal if required by the plans, and tested in accordance with this Special Specification or as directed. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., 'Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. When recorded video is required by the plans it will be paid for by each camera recorded. 14. PAYMENT The work performed, materials, and all accompanying software furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "VIVDS Processor System," "VIVDS Camera Assembly," "VIVDS Central Control," "VIVDS Set-up System," "VIVDS Temporary," "VIVDS Communication Cable (Coaxial)," "VIVDS Communication Cable (Fiber Optic)," and "VIVDS Video Recording," These prices are full compensation for furnishing, placing, and testing all materials and equipment, and for all tools, labor, equipment, hardware, operational software packages, supplies, support, personnel training, shop drawings, documentation, and incidentals. A 3 -conductor power cable must be included with the communication cable. These prices also include any and all interfaces required for the field and remote communications links along with any associated peripheral equipment, including cables; all associated mounting hardware and associated field equipment; required for a complete and fully functional visual image vehicle detection system component. 09-14 Statewide 291 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE Special Specification 6007 Teuas Intelligent Transportation System (ITS) Fiber Optic °f�p" ``tion Cable 1. DESCRIPTION Furnish, install, relocate and remove Intelligent Transportation System (ITS) fiber optic cable, fiber patch panels and splice enclosures as shown on the plans. 2. MATERIALS 2.1. General Requirements. Provide, assemble, fabricate and install materials that are new, corrosion resistant, and in accordance with the details shown on the plans and in these Specifications. Furnish, install, splice, and test all new fiber optic cable. Provide all splicing kits, fiber optic cable caps, connectors, moisture or water sealants, terminators, splice trays, fiber optic jumpers, pig tails, fiber patch panels, fiber interconnect housing, and accessories necessary to complete the fiber optic network. Provide all equipment necessary for installation, splicing, and testing. 2.2. Cable Requirements. Furnish all -dielectric, dry -filled, gel -free, loose tube fiber optic cable, with low water peak, suitable for underground conduit environments or aerial applications. Furnish self-supporting, all -dielectric, dry -filled, gel -free, loose tube fiber optic cable, with low water peak suitable for aerial applications when not lashing to strand cable. All fiber optic cable furnished must have a design life of 20 yr. when installed to the manufacturer's specifications. Splice fiber optic cables in ground boxes, field cabinets, or buildings. Terminate fiber optic cables in field cabinets and buildings that comply with the details shown on the plans and in this Specification. Provide all fiber optic cable from the same manufacturer and the manufacturer is International Organization for Standardization (ISO) 9001 certified. Ensure the cables meet or exceed United States Department of Agriculture Rural Utilities Service (RUS) CFR 1755.900, American National Standards Institute/Insulated Cable Engineers Association (ANSI/ICEA) S-87-640, and Telecommunications Industry Association/Electronic Industries Alliance (TIA/EIA)-492-CAAB standard. 2.3. Optical Requirements. 2.3.1. Optical Fiber. Provide ITU G.652 single mode fiber optic cable with a core diameter of 8.3 ± 0.7 microns and a cladding diameter of 125 ± 0.7 microns. Provide optical fiber made of glass consisting of a silica core surrounded by concentric silica cladding, free of imperfections and inclusions. 2.3.2. Core/Clad Concentricity. Provide an offset between the center of the core and cladding less than 0.5 microns. 2.3.3. Mode Field Diameter. Provide single mode fiber optic cable with the effective area or Mode Field Diameter of the fiber must be 9.2 ± 0.4 Nm at 1310 nm and 10.5 ± 1.0 pm at 1550 nm. 2.3.4. Primary Coating. Provide fiber with a coating diameter of 250 ± 15 microns. 1-13 03-16 Statewide 292 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE 2.3.5. Attenuation. Provide single mode fiber optic cable with nominal attenuation of 0.35 dB/km maximum at a wavelength of 1310 nm and nominal attenuation of 0.25 dB/km maximum at a wavelength of 1550 nm. Attenuation at water peak must be less than 0.35 dB/km at 1383 nm. 2.3.6. Bandwidth and Dispersion. Provide single mode fiber optic cable with a maximum dispersion of: ■ 3.2 ps/nm-km at a wavelength of 1310 nm, and ■ 18 ps/nm-km at a wavelength of 1550 nm. Zero dispersion wavelength must be between 1300 nm and 1324 nm and the zero dispersion slope at the zero dispersion wavelength must be less than 0.092 ps/(nm" km). The cutoff wavelength must be less than 1260 nm for single mode fibers specified to operate at 1310 nm. The cutoff wavelength must be less than 1480 for single mode fibers specified to operate only at 1550 nm or higher. The macrobend attenuation per 100 turns must not exceed 0.05 dB at 1310 nm and 1550 nm. 2.3.7. Mechanical Requirements(Tensile Strength). Provide a cable withstanding a pulling tension of 600 Ibf without increasing attenuation by more than 0.8 dB/mi when installing in underground conduit systems in accordance with EIA -455-33A. Conduct an impact test in accordance with TIA/EIA-455-25C (FOTP-25) and a compression load test in accordance with TIA/EIA-455-41A (FOTP-41). For all -dielectric self-supporting cable (ADSS) and other self-supporting cables, meet tensile strength requirements in accordance with Section 25, Loading of Grades B and C, of National Electric Safety Code (NESC), for the maximum span and sag information as shown in the plans for aerial construction. 2.3.8. Bend Radius. Provide a cable withstanding a minimum bending radius of 10 times its outer diameter during operation, and 20 times its outer diameter during installation, removal and reinstallation without changing optical fiber characteristics. Test the cable in accordance with EIA -455-33A. 2.3.9. Buffering. Use a buffering tube or jacket with an outer diameter of 1.0 to 3.0 mm containing 12 individual fiber strands. The fibers must not adhere to the inside of the buffer tube. 2.3.10. Color Coding. Provide fiber and buffer tubes with a color coating applied to it by the manufacturer. Coating must not affect the optical characteristics of the fiber. Provide color configuration in accordance with TIA/EIA- 598 as follows: ■ 1. Blue ■ 5. Slate ■ 9. Yellow ■ 2. Orange ■ 6. White ■ 10. Violet ■ 3. Green ■ 7. Red ■ 11. Rose ■ 4. Brown ■ 8. Black ■ 12. Aqua 3. EQUIPMENT 3.1. Cable Type. Provide cables with a reverse oscillation or planetary stranding structure. Jacket construction and group configuration should separate at splice points to cut and splice 1 set of fibers while the others remain continuous. All cable jackets must have a ripcord to aid in the removal of the outer jacket. Submit cable designs for approval. Strand loose buffer tubes around a dielectric central anti -buckling strength member. Provide dielectric aramid or fiber glass strength members with specified strength for the cable. Provide cable with a water -blocking material, which is non -hygroscopic, non-nutritive to fungus, non-conductive, non-toxic, and homogeneous. The water blocking material must comply with TIA/EIA-455-81 B and 455-82B as well as TIA/EIA-455-98. 2-13 03-16 Statewide 293 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE Ensure a polyethylene inner jacket is applied over the cable core, and that the entire cable is enclosed with a polyethylene outer jacket. Ensure the outer jacket contains black carbon to provide UV protection for the cable. Ensure each cable is marked with the manufacturer's name, the date of manufacture (month/year), the fiber count (example 48F SM), and sequential length markings at maximum 2 ft. increments, measured in U.S. units. For aerial installation, provide standard fiber optic cable lashed to steel messenger cable or ADSS in accordance with the Institute of Electrical and Electronics Engineers (IEEE) 1222 Standard for Testing and Performance for All -Dielectric Self -Supporting (ADSS) Fiber Optic Cable for Use on Electric Utility Power Lines, or most current version. Provide ADSS cable in accordance with the maximum span distance, weather load rating, and allowable sag as shown on the plans. "Figure 8" self-supporting cable with integrated messenger cable within the outer jacket for aerial installation is acceptable. 3.1.1. Cable Size. Furnish cables with a maximum diameter not exceeding 19 mm. 3.1.2. Environmental Requirements. Provide cable that functions in a temperature range from -40°F to 158°F. 3.2. Fiber Optic Accessories. 3.2.1. Splice Enclosures. Furnish and install 1 of 3 types of underground splice enclosures at locations shown on the plans to accommodate the cables being spliced at that point. The types are as follows: ■ Type 1: 4 cable entry ports total — 2 ports to accommodate backbone fiber of up to 144 fibers and 2 ports for drop cables of up to 48 fibers, ■ Type 2: 6 cable entry ports total — 4 to accommodate backbone or arterial cables of up to 144 fibers and 2 ports for drop cables of up to 48 fibers, and ■ Type 3: 8 cable entry ports total — 4 to accommodate backbone or arterial cables of up to 144 fibers and 4 ports for drop cables of up to 48 fibers. Provide the end cap of the canister splice closure with re -enterable quick -seal cable entry ports to accommodate additional branch cables or backbone cables. Provide fiber optic splice enclosures with strain relief, splice organizers, and splice trays from the same manufacturer as the splice enclosure. Select the appropriate splice enclosure type based on the number of splices called for in the plans. Suspend all splice closures off floor of the ground box and secure to cable rack assembly on side wall of ground box. For end of reel splicing, use a fiber optic splice enclosure sized to accommodate full cable splice in one enclosure. Fiber optic splice enclosure must be of the same manufacturer as other supplied on a project. Splice enclosure and fusion splicing required for end of reel will be incidental to the fiber optic cable. Comply with the Telcordia Technologies' GR -711 -CORE standard and all applicable NEC requirements. Contain all optical fiber splices within a splice enclosure, providing storage for fiber splices, nonspliced fiber, and buffer tubes. Provide sufficient space inside the enclosure to prevent microbending of buffer tubes when coiled. Ensure that the splice enclosure maintains the mechanical and environmental integrity of the fiber optic cable, encases the sheath opening in the cable, and organizes and stores optical fiber. Ensure all hinges and latching devices are stainless steel or of a non -corrosive material designed for harsh environments. Ensure that the enclosure is airtight and prevents water intrusion. Ensure that splice enclosures allow re-entry and are hermetically sealed to protect internal components from environmental hazards and foreign material such as moisture, dust, insects, and UV light. 3.2.2. Field Rack Mount Splice Enclosures. Provide a 19 in. EIA rack mounted splice enclosure module to hold spliced fibers as shown in the plans inside field equipment cabinets or buildings. 3-13 03-16 Statewide 294 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE Splice or terminate fibers inside rack mounted fiber optic splice enclosures. Provide an enclosed unit designed to house a minimum of 4 cables, sized to accommodate at a minimum the cables shown on the plans plus future expansion. Provide splice enclosures containing mounting brackets with a minimum of 4 cable clamps. Install cable according to manufacturer recommendations for the cable distribution panel. 3.2.3. Fiber Patch Panels. Provide fiber patch panels that are compatible with the fiber optic cable being terminated and color coded to match the optical fiber color scheme. Coil and protect a maintenance loop of at least 5 ft. of buffer tube inside the rack mount enclosure, patch panel, or splice tray. Allow for future splices in the event of a damaged splice or pigtail. 3.2.3.1. Cabinet. Terminate or splice fibers inside the compact and modular fiber patch panel in the cabinet. Provide fiber patch panel for installation inside a 19 in. EIA rack and sized appropriately to accommodate the fiber terminations shown on the plans or as directed by the Engineer. Provide each patch panel housing with pre - assembled compact modular snap -in simplex connector panel modules, each module having a minimum of 6 fiber termination/connection capabilities. Provide modules with a removable cover having 6 pre- connectorized fiber pigtails, interconnection sleeves, and dust caps installed by the manufacturer. Provide a 12 fiber or greater fusion splice tray capability housing, each tray holding 12 fusion splices as shown in the plans. Stack splice trays on a rack to permit access to individual trays without disturbing other trays. Locate splice trays in a rack within a pull-out shelf. Protect the housing with doors capable of pivoting up or down. Document the function of each terminated/spliced fiber, along with the designation of each connector on labels or charts located either on the inside or outside of the housing door. Provide labels or charts that are UV resistant design for harsh environments and used inside field equipment cabinets. Use permanent marker or method of identification that will withstand harsh environments. Provide each housing with strain relief. Terminate single mode fiber optic cable with SC connectors to the patch panels, unless otherwise shown on the plans. Install the fiber patch panel as an integral unit as shown on the plans. 3.2.3.2. Building. Provide a fiber patch panel with a modular design allowing interchangeability of connector panel module housing and splice housing within the rack, as shown on the plans. Provide the number of single mode fibers, connector panel module housings, and splice housings for the patch panel unit in the building as shown on the plans. Provide a fiber patch panel unit, installed at a height less than 7 ft., capable of housing 8 connector panel module housings or 8 splice housings. Protect the housing with doors capable of pivoting up or down and sliding into the unit. Provide 12 snap -in simplex connector panel modules with each connector panel module housing, each module having 6 fiber termination/connector capabilities. Use a pre -assembled compact modular unit with a removable cover for the snap -in simplex connector panel module having 6 pre-connectorized fiber pigtails, interconnection sleeves, and dust caps installed by the manufacturer. Provide each connector panel module housing with a jumper routing shelf, storing up to 5 ft. (minimum) of cable slack for each termination within the housing. Provide the fiber distribution unit with strain relief. Provide splice enclosure with 24 fusion splice tray capabilities, each splice tray holding 12 or more fusion splices. Stack splice trays on a rack to permit access to individual trays without disturbing other trays. Locate the rack on a pull-out shelf. Document the function of each terminated/spliced fiber, along with the designation of each connector on labels or charts located either on the inside or outside of the housing door. Provide labels or charts that are UV resistant design for harsh environments and used inside field equipment cabinets. Use permanent marker or method of identification that will withstand harsh environments. Also provide documentation of the function of each terminated or spliced fiber along with the designation of each connector on charts or 4-13 03-16 Statewide 295 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE diagrams matching the fiber patch panel configuration and locate inside cabinet document drawer. Provide documentation at the conclusion of fiber terminations and splicing. Allow terminations only in the fiber interconnect housings placed in the cabinets as shown on the plans or as directed. 3.2.4. Splice Trays. Use splice tray and fan -out tubing kit for handling each fiber. Provide a splice tray and 12 fiber fan -out tubing with each housing for use with the 250 microns coated fiber. The fan -out will occur within the splice tray (no splicing of the fiber required). Allow each tube to fan out each fiber for ease of connectorization. Label all fibers in splice tray on a log sheet securing it to the inside or outside of the splice tray. Provide UV resistant log sheet suitable for harsh environments, located inside field cabinets or splice enclosures. Provide fan -out tubing with 3 layers of protection consisting of fluoropolymer inner tube, a dielectric strength member, and a 2.9 mm minimum outer protective PVC orange jacketing. 3.2.5. Jumpers. Provide fiber optic jumper cables to cross connect the fiber patch panel to the fiber optic transmission equipment as shown on the plans or as directed. Match the core size, type, and attenuation from the cable to the simplex jumper. Use yellow jumpers and provide strain relief on the connectors. Provide fiber with a 900 micron polymer buffer, Kevlar strength member, and a PVC jacket with a maximum outer jacket of 2.4 mm in diameter. Provide 5 ft. long jumpers, unless otherwise shown on the plans. On the patch panel end of each jumper, provide an SC connector. On the opposite end of the jumper, provide a connector that is suitable to be connected to the fiber optic transmission equipment selected. When providing jumpers for existing equipment, provide connectors suitable to be connected to patch panels and fiber optic transmission equipment in use. All jumpers must have factory terminated connectors. Field terminations of connectors is prohibited. 3.2.6. Fiber Optic Cable Storage Device. Furnish fiber optic cable storage device designed to store slack fiber optic cable by means of looping back from device to device on an aerial run. Furnish storage devices that are non-conductive and resistant to fading when exposed to UV sources and changes in weather. Ensure storage devices have a captive design such that fiber-optic cable will be supported when installed in the aerial rack apparatus and the minimum bending radius will not be violated. Provide stainless steel attachment hardware for securing storage devices to messenger cable and black UV resistant tie -wraps for securing fiber-optic cable to storage device. Provide tie -wraps that do not damage fiber when securing to storage device. Ensure storage devices are stackable so multiple cable configurations are possible. Ensure cable storage devices furnished are compatible with the type of aerial cable furnished and installed. Aerial cable storage devices will be considered incidental to the installation of the fiber optic cable. 4. CONSTRUCTION Install fiber optic cable in accordance with United States Department of Agriculture Rural Utilities Service CFR 1755.900 specifications for underground and aerial plant construction without changing the optical and mechanical characteristics of the cables. Utilize available machinery, jacking equipment, cable pulling machinery with appropriate tension monitors, splicing and testing equipment, and other miscellaneous tools to install cable, splice fibers, attach connectors and mount hardware in cabinets employed with the above "Mechanical Requirements." Do not jerk the cable during installation. Adhere to the maximum pulling tensions of 600 Ibf and bending radius of 20 times the cable diameter or as specified by the manufacturer, whichever is greater. Use installation techniques and fixtures that provide for ease of maintenance and easy access to all components for testing and measurements. Take all precautions necessary to ensure the cable is not damaged during transport, storage, or installation. Protect as necessary the cables to prevent damage if being pulled over or around obstructions along the ground. 5-13 03-16 Statewide 296 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE Where plans call for removal of existing cable to salvage or reuse elsewhere, take care to prevent damaging the existing cable during removal adhering to all of the requirements for installation that pertain to removal. 4.1. Packaging, Shipping, and Receiving. Ensure the completed cable is packaged for shipment on reels. Ensure the cable is wrapped in weather and temperature resistant covering. Ensure both ends of the cable are sealed to prevent the ingress of moisture. Securely fasten each end of the cable to the reel to prevent the cable from coming loose during transit. Provide 6 ft. of accessible cable length on each end of the cable for testing. Ensure that the complete outer jacket marking is visible on these 6 ft. of cable length. Provide each cable reel with a durable weatherproof label or tag showing the Manufacturer's name, the cable type, the actual length of cable on the reel, the Contractor's name, the contract number, and the reel number. Include a shipping record in a weatherproof envelope showing the above information and also include the date of manufacture, cable characteristics (size, attenuation, bandwidth, etc.), factory test results, cable identification number and any other pertinent ' information. Ensure that all cable delivered has been manufactured within 6 mo. of the delivery date. Ensure that the minimum hub diameter of the reel is at least 30 times the diameter of the cable. Provide the cable in one continuous length per reel with no factory splices in the fiber. Provide a copy of the transmission loss test results as required by the TIA/EIA-455-61 standard, as well as results from factory tests performed prior to shipping. 4.2. Installation in Conduit. Install fiber optic cable in conduits in a method that does not alter the optical properties of the cable. If required, relocate existing cable to allow new fiber optic cable routing in conduits. When pulling the cable, do not exceed the installation bending radius. Use rollers, wheels, or guides that have radii greater than the bending radius. Use a lubricating compound to minimize friction. Use fuse links and breaks to ensure that the cable tensile strength is not exceeded. Measure the pulling tension with a mechanical device and mechanism to ensure the maximum allowable pulling tension of 600 Ibf is not exceeded at any time during installation. Provide a single 1/C #14 XHHW insulated tracer wire in conduit runs where fiber optic cable is installed. Provide cable that is UL listed solid copper wire with orange color low density polyethylene insulation suitable for conduit installation and with a voltage rating of 600V. When more than one fiber optic cable is installed through a conduit run, only one tracer wire is required. Fuse or join tracer wires used in backbone, arterial, and drop runs, so that you have one continuous tracer wire. Terminate tracer wire at fiber optic test markers or equipment cabinets as identified in the plans for access to conduct a continuity test. Tracer wire will be paid for under Item 620, "Electrical Conductors." Provide flat pull cord with a minimum tensile strength of 1,250 Ib. in each conduit containing fiber optic cable. A traceable pull cord, with a metallic conducting material integral to the pull cord, may be substituted for a 1/C #14 tracer wire only with approval from the Department. Seal conduit ends with a 2 part urethane after installation of fiber optic cable. 4.3. Cable Installation between Pull Boxes and Cabinets or Buildings. Do not break or splice a second fiber optic cable to complete a run when pulling the cable from the nearest ground box to a cabinet or building. Pull sufficient length of cable in the ground box to reach the designated cabinet or building. Pull the cable through the cabinet to coil, splice, or terminate the cable in the cabinet or building. Do not bend the cable beyond its minimum bend radius of 20 times the diameter. Coil and tie cable inside cabinet, building, or boxes for future splicing or termination as shown in the plans. Cut off and remove the first 10 ft. of pulled or blown fiber stored. This work is incidental to this Item. Coat the open end of the coiled cable with protective coating and provide a dust cap. 4.4. Aerial Installation. Use pole attachment hardware and roller guides with safety clips to install aerial run cable. Maintain maximum allowable pulling tension of 600 Ib. ft. during the pulling process for aerial run cable by using a mechanical device. Do not allow cable to contact the ground or other obstructions between poles during installation. Do not use a motorized vehicle to generate cable pulling forces. Use a cable suspension 6- 13 03-16 Statewide 297 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE clamp when attaching cable tangent to a pole. Select and place cable blocks and comer blocks so as not to exceed the cable's minimum bending radius. Do not pull cable across cable hangers. Store 100 ft. of fiber- optic cable slack, for future use, on all cable runs that are continuous without splices or where specified on the plans. Store spare fiber optic cable on fiber-optic cable storage racks of the type compatible with the aerial cable furnished. Locate spare cable storage in the middle of spans between termination points. Do not store spare fiber-optic cable over roadways, driveways or railroads. Install standard cable on timber poles by lashing to steel messenger cable. Provide steel messenger cable in accordance with Item 625, "Zinc Coated Steel Wire Strand." Install all -dielectric self-supporting cable (ADSS) cable on timber poles using clinching clamp with cable hanger. Install aerial run cable in accordance with these specifications and as shown on the plans. Locate aerial fiber in accordance with the NESC, Section 23, with respect to vertical clearances over the ground, between conductors carried on different supporting structures, and required separation distance of the cable from bridges, buildings, and other structures. 4.5. Blowing Fiber Installation. Use either the high -air speed blowing (HASB) method or the piston method. When using the HASB method, ensure that the volume of air passing through the conduit does not exceed 600 cu. ft. per min.or the conduit manufacturer's recommended air volume, whichever is more restrictive. When using the piston method, ensure that the volume of air passing through the conduit does not exceed 300 cu. ft. per min.or the conduit manufacturer's recommended air volume, whichever is more restrictive. 4.6. Slack Cable. Pull and store excess cable slack inside ITS ground boxes as shown on the plans. The following are minimum required lengths of slack cable, unless otherwise directed: ■ ground boxes (No Splice) - 25 ft., ■ ground boxes (With Splice) -100 ft., ■ future splice point - 100 ft., and ■ cabinets - 25 ft. Note that the slack is to be equally distributed on either side of the splice enclosure and secured to cable storage racks within the ground boxes. Provide proper storage of slack cable, both long term and short term. Neatly bind cables to be spliced together from conduit to splice enclosure with tape. Do not over bind by pinching cable or fiber. Ground and bond the armor when installing armored fiber optic cable. Meet NEC and NESC requirements for grounding and bonding when using armored cable. 4.7. Removal, Relocation and Reinstallation of Fiber Optic Cable. Remove fiber optic cable from conduit as shown on plans. Use care in removing existing fiber optic cables so as not to damage them. Provide cable removal and reinstallation procedures that meet the minimum bending radius and tensile loading requirements during removal and reinstallation so that optical and mechanical characteristics of the existing cables are not degraded. Use entry guide chutes to guide the cable out of and in to existing or proposed conduit, utilizing lubricating compound where possible to minimize cable -to -conduit friction. Use corner rollers (wheels) with a radius not less than the minimum installation bending radius of cable. Dispose of removed fiber optic cable unless plans show for it to be re -used (relocated/re-installed) or salvaged and delivered to the Department. See plans for details. Test each optical fiber in the cable for performance and for loss at existing terminations or splices prior to cutting and removal. Retest following removal and following re- installation to ensure the removal and reinstallation has not affected the optical properties of the cable. Any fiber optic cable damaged by the contractor that is to be re -used shall be replaced by the contractor at no cost to the Department with new fiber optic cable meeting the approval of the Engineer. The Engineer reserves the right to reject the fiber based on the test results. Maintain the integrity of existing cables, conduit, junction boxes and ground boxes contiguous to the section of cables to be removed. Replace or repair any cables, conduit, junction boxes or ground boxes damaged during work at the Contractor's expense. The replacement or repair method must be approved by the Engineer, prior to implementation. 7-13 03-16 Statewide 298 CITY OF PEARLAND INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE 4.8. Splicing Requirements. Fusion splice fibers as shown on the plans, in accordance with TIA/EIA-568 and TIA/EIA-758. Use fusion splicing equipment recommended by the cable manufacturer. Clean, calibrate, and adjust the fusion splicing equipment at the start of each shift. Use splice enclosures, organizers, cable end preparation tools, and procedures compatible with the cable furnished. Employ local injection and detection techniques and auto fusion time control power monitoring to ensure proper alignment during fusion splicing. When approaching end of shift or end of day, complete all splicing at the location. Package each spliced fiber in a protective sleeve or housing. Re -coat bare fiber with a protective 8 RTV, gel or similar substance, prior to application of the sleeve or housing. Perform splices with losses no greater than 0.10 dB. Use an Optical Time Domain Reflectometer (OTDR) to test splices in accordance with Section 4.13.1.1. Record splice losses on a tabular form and submit for approval. 4.9. Termination Requirements. Provide matching connectors with 900 micron buffer fiber pigtails of sufficient length and splice the corresponding optical fibers in cabinets where the optical fibers are to be connected to terminal equipment. Buffer, strengthen, and protect pre -terminated fiber assemblies (pigtails) with dielectric aramid yarn and outer PVC jacket to reduce mishandling that can damage the fiber or connection. Pigtails must be duplex stranding with a yellow PVC outer jacket. Fiber optic pigtails must be factory terminated with SC connectors, unless otherwise shown on the plans. When providing pigtails for existing equipment, provide connectors suitable to be connected to patch panels and fiber optic transmission equipment in use. Connectors must meet the TIA/EIA-568 and TIA/EIA-758 standards and be tested in accordance to the Telcordia/Bellcore GR -326 -CORE standard. When tested according to TIA/EIA-455-171 (FOTP-171), ensure that the connectors test to an average insertion loss of less than or equal to 0.4 dB and a maximum loss of less than or equal to 0.75 dB for any mated connector. Maintain this loss characteristic for a minimum of 500 disconnections and reconnections with periodic cleanings per EIA -455-21A (FOTP-21). Qualify and accept connectors by the connector -to -connector mating using similar fibers. Ensure that the connector operating range is -40°F to 167°F. Provide connectors with a yellow color body or boot. Test connections at the patch panel and splices made between cables to pigtails with the OTDR to verify acceptable losses. Remove 5 ft. of unused optical fibers at the ends of the system from the buffer tube(s) and place coiled fibers into a splice tray. Clean the water blocking compound from all optical fibers destined for splice tray usage. Install cable tags at all splice points identifying key features of each cable such as cable name or origin and destination and fiber count. Ensure tags are self -laminating or water resistant. Print the information onto the tags electronically or write neatly using a permanent marker. Locate tags just prior to entrance into splice enclosure. 4.10. Mechanical Components. Provide stainless steel external screws, nuts and locking washers. Do not use self -tapping screws unless approved. Provide corrosion resistant material parts and materials resistant to fungus growth and moisture deterioration. 4.11. Experience Requirements. 4.11.1. Installing Fiber Optic Cable. The Contractor or designated subcontractor involved in the installation of the fiber optic cable must meet the experience requirements in accordance with the following: ■ minimum of 3 yr. of continuous existence offering services in the installation of fiber optic cable through an outdoor conduit system or aerial and terminating in ground boxes, field cabinets or enclosures or buildings, and 8-13 03-16 Statewide 299 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE ■ completed a minimum of 3 projects where the personnel pulled a minimum of 5 mi. in length of fiber optic cable through an outdoor conduit system of aerial for each project. The completed fiber optic cable systems must have been in continuous satisfactory operation for a minimum of 1 yr. 4.11.2. Splicing and Testing of Fiber Optic Cable. The Contractor or designated subcontractor involved in the splicing and testing of fiber optic cable must meet the experience requirements in accordance with the following: 4.11.2.1. Minimum Experience. 3 yr. continuous existence offering services in the fields of fusion splicing and testing of fiber optic cable installed through a conduit system and terminating in ground boxes, field cabinets or enclosures or buildings. Experience must include all of the following: ■ termination of a minimum of 48 fibers within a fiber distribution frame, ■ OTDR testing and measurement of end to end attenuation of single mode and multimode fibers, ■ system troubleshooting and maintenance, ■ training of personnel in system maintenance, ■ use of water -tight splice enclosures, and ■ fusion splicing of fiber optic cable which meet the tolerable decibel (dB) losses within the range of 0.05 dB — 0.10 dB for single mode. 4.11.2.2. Completed Projects. A minimum of 3 completed projects where the personnel performed fiber optic cable splicing and terminations, system testing, system troubleshooting and maintenance during the course of the project and provided training on system maintenance. Each project must have consisted of a minimum 5 mi. of fiber optic cable installed, measured by project length not linear feet of fiber installed. The completed fiber optic cable systems must have been in continuous satisfactory operation for a minimum of 1 yr. 4.12. Documentation Requirements. Provide a minimum of 2 complete sets of fiber optic equipment submittal literature documenting compliance with the requirements of this Item including operation and maintenance manuals in hard copy format, bound, as well as an electronic version in Adobe PDF format on a CD/DVD or removable flash drive that includes the following: ■ fiber optic cable literature consisting of manufacturer specification and cut sheets, ■ fiber optic equipment literature consisting of manufacturer specification and cut sheets for splice enclosures, patch panels, splice trays, jumpers, cable storage devices, and fiber optic labeling devices, ■ complete factory performance data documenting conformance with the performance and testing standards referenced in this Item, including pre -installation test results of the cable system, ■ installation, splicing, terminating and testing plan and procedures, ■ documentation of final terminated or spliced fibers, function, and equipment designation, ■ OTDR calibration certificate, ■ post -installation, post termination, subsystem, and final end-to-end test results, ■ loss budget calculation and documentation, ■ complete parts list including names of vendors, ■ complete maintenance and trouble -shooting procedures, and ■ proof of minimum experience and completed projects. 4.12.1. Installation Practice. Submit for approval electronic copy of the Contractors Installation Practices 30 working days prior to installation. Submit installation practices and procedures and a list of installation, splicing and test equipment used. Provide detailed field quality control procedures and corrective action procedures. 4.12.2. Manufacturer's Certification. Accompany each reel of fiber optic cable with the manufacturer's test data showing the conformance to the requirements in this Item. 4.12.3. Test Procedures. Submit test procedures and data forms for the pre -installation, post -installation, subsystem, final end to end test, and loss budget calculations for approval. Test procedures will require 9-13 03-16 Statewide 300 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE approval before performing tests. Submit 1 copy data forms containing data and quantitative results, as well as an authorized signature. Submit a copy of the OTDR results as a hard copy or electronic copy in PDF format including all OTDR traces and clearly identifying each event (fusion splice, jumper, connector, etc.) with the measured loss identified. 4.13. Testing. Perform tests in accordance with testing requirements in this Item, USDA RUS CFR 1755.900, and TIAIEIA-455-61 test specifications. For all tests, provide test forms to be used that compare measured results with threshold values. 4.13.1. Test Methods. 4.13.1.1. Optical Time Domain Reflectometer (OTDR) Tests. Use the OTDR to measure fiber optic cable for overall attenuation (signal loss dB/km), fiber cable length, and identify fiber optic cable anomalies such as breaks. Perform the following 4 OTDR tests: ■ pre -Installation test (Acceptance test), ■ post installation test, ■ post termination test, and ■ final end to end test. OTDR Settings: ■ generate a file name for each OTDR scan. The file name must indicate the location or direction the test was run from, as well as the fiber number being tested, ■ set the "A" cursor at the beginning of the fiber trace and set the "B" cursor at the end of the fiber trace. The distance to cursor "B" indicates the length of the fiber cable segment being measured, ■ match the index of refraction to the index of the factory report, ■ set the loss indicator to dB/km for the acceptance test, ■ the reflectance is automatically set internally by the OTDR, ■ set the pulse width at a medium range. Change the pulse width to a slow pulse width when an anomaly occurs on the fiber trace so that it can be examined closely, ■ set the average at medium speed. Change the average to slow when an anomaly appears on the fiber trace to allow for closer examination of the anomaly, and ■ set wavelength at 2 windows for single mode cable: 1310 nm and 1550 nm. Provide the current OTDR calibration certificate for the device used, showing the unit has been calibrated within the last year. Show all settings on test result fiber scans. 4.13.1.2. Pre -installation Tests. Test and record the fiber optic cable at the site storage area prior to installation. Conduct bi-directional OTDR tests for each fiber strand. Test each optical fiber in the cable from one end with an OTDR compatible with wavelength and fiber type. Check testing for length, point discontinuity, and approximate attenuation. Record each measurement by color, location, and type of fiber measured. Perform a measurement from the opposite end of that fiber in case a measurement cannot be made from one end. Wait for notification if loss per kilometer exceeds manufacturer's test data by more than 0.5 dB/km or point discontinuity greater than 0.05 dB. Perform this test within 5 days from receipt of the fiber optic cable. Test overall attenuation (dB/km), total cable length, anomalies, and cable problems. Test cable at both wavelengths (1310 nm and 1550 nm for single mode cable). Verify that the cable markings on the outer jacket are within 1 % of the total cable length. Compare factory test results with test results and return to manufacturer if test results are not identical to factory test results. If identical, document the test results. Deliver documentation for future reference. 4.13.1.3. Post -installation Tests. Re -test and re-record each optical fiber in the cable after installation, before termination, for loss characteristics. Test both directions of operations of the fiber. 10-13 03-16 Statewide 301 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE Immediately perform the post installation test after the fiber optic cable has been installed. Test cable for overall attenuation, cable segment length, and evidence of damage or microbend with the OTDR. Replace any cable segment that is damaged during the test and document test results. Submit test results for approval. Use the same OTDR settings for Post -Installation Tests as the Pre -Installation Tests. 4.13.1.4. Post Termination Tests. Perform the post termination test after the cable is terminated or spliced, including termination of fiber cable to fiber cable or fiber cable to fiber pigtail and fiber cable to patch panels. Check attenuation, fusion or termination point problems, and overall fiber cable segment. Determine if the attenuation and quality of the termination complies with these Specifications; if not, re -terminate the fiber and re -test until the Specification requirements are met. Test the fiber segment for attenuation and anomalies after termination acceptance. Document and submit test results after fiber segment acceptance. 4.13.1.5. Subsystem Tests. Perform network subsystem tests after integration to the fiber optic network. Test the capability of the fiber optic cable to transmit video and digital information from node to node. A node is defined as a communication cabinet, hub cabinet, surveillance cabinet, or hub building where network hub switches are located. Complete and submit approved data forms for approval. Correct and substitute components in the subsystem if the subsystem tests fail and repeat the tests. Components may include: cable, jumper, patch panel module, or connector. Prepare and submit a report if a component was modified as result of the subsystem test failure. Describe in the report the failure and action taken to remedy the situation. 4.13.1.6. Final End -to -End Test. Perform final end to end Test after fiber cable segments of the system are terminated using the OTDR and an optical Power Meter and Light Source (PMLS). Perform the Part 1 of the final end to end test using OTDR: ■ measure the overall fiber cable system length, ■ measure the overall system attenuation, and ■ check for anomalies. Perform the Part 2 of the final end to end test using a PMLS: ■ measure the absolute power of the fiber optic signal across all links, and ■ check for anomalies. Document and submit results after test acceptance. 4.13.2. Loss Budget Calculation and Documentation. Calculate the total loss budget of the system according to the following calculations and compare the actual loss in each segment of the system to the calculated budget. Submit the results for each section of fiber optic cable in tabular format reporting if the total loss is within the limits of these Specifications by noting "pass" or "fail' for each segment of fiber. A segment of fiber is defined as one that terminates at each end. Use the following calculations to determine the loss budget for each segment: ■ splice loss budget = number of splices x 0.1 dB/splice, ■ connector loss budget = number of connectors x 0.75 dB/connector, ■ length loss budget = length of fiber optic cable (measured by OTDR) x 0.35 dB/km for 1310 nm wavelength or 0.25 dB/km for 1550 nm wavelength, and ■ total Loss Budget = splice loss budget + connector loss budget + length loss budget. Provide loss budget calculation equations on test form to be submitted as part of the documentation requirements. Provide threshold calculations described above along with measured results. 03-16 Statewide 302 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE 4.14. Training. Conduct a BISCI or IMSA certified training class (minimum of 16 hr.) for up to 10 representatives designated by the Department on procedures of installation, operations, testing, maintenance and repair of all equipment specified within this specification. Submit to the Engineer for approval, 10 copies of the training material at least 30 days before the training begins. Conduct training within the local area unless otherwise authorized by the Engineer Include the following training material: ■ NESC, NEC, and ANSI/TIA 590 code compliance, ■ fiber optic cable pulling and installation techniques, ■ use of installation tools, ■ splicing and terminating equipment and test instruments, ■ trouble shooting procedures, and ■ methods of recording installation and test data. 4.15. Warranty. Provide a warranty for all materials furnished in this Item. Ensure that the fiber optic cable, the splice enclosures, splice centers, and cable markers have a minimum of a 2 yr. manufacturer's warranty and that 95% of that warranty remains at the date of final acceptance by the Engineer. If the manufacturer's warranties for the components are for a longer period, those longer period warranties will apply. Guarantee that the materials and equipment furnished and installed for this project performs according to the manufacturer's specifications. Ensure that the manufacturer's warranties for off-the-shelf equipment consisting of splice enclosures, splice trays, connectors, fiber jumper cables, and fiber patch panels are fully transferable from the Contractor to the Department. Ensure that these warranties require the manufacturer to furnish replacements for any off-the- shelf part or equipment found to be defective during the warranty period at no cost to the Department within 10 calendar days of notification by the Department. Ensure that the manufacturer's warranty for fiber optic cable is fully transferable from the Contractor to the Department. Ensure that the warranty requires the manufacturer to furnish replacement fiber optic cable found to be defective during the warranty period at no cost to the Department within 45 calendar days of notification by the Department. 5. MEASUREMENT Fiber optic cable installed, relocated and removed will be measured by the linear foot. Fiber optic splice enclosures, rack mounted splice enclosures and fiber optic patch panels will be measured by each unit installed. Splicing of Fiber Optic Cables will be measured by each fusion splice performed. 6. PAYMENT 6.1. Furnish and Install. 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 "Fiber Optic Cable" of the various types, and number of fibers specified. This price is full compensation for furnishing and installing all cable; for pulling through conduit or duct; aerial installation; terminating; testing; and for materials, equipment, labor, tools, documentation, warranty, training and incidentals. 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 "Fiber Optic Splice Enclosure" of the various types and "Rack Mounted Splice Enclosure." This price is full compensation for furnishing and installing all enclosures whether aerial, underground, in cabinet or in building; and for materials, equipment, labor, tools, documentation, warranty, training and incidentals. 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 "Fiber Optic Fusion Splice" for each fusion splice 12-13 03-16 Statewide 303 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6007 INTELLIGENT TRANSPORTATION SYSTEM (ITS) FIBER OPTICS CABLE shown on the plans and performed. This price is full compensation for splicing; testing; and for materials, equipment, labor, tools, documentation, warranty, training and incidentals. 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 "Fiber Patch Panel' of the various types and sizes specified. This price is full compensation for furnishing and installing all patch panels and terminating fibers on the panel as shown on the plans; and for materials, equipment, labor, tools, documentation, warranty, training and incidentals. Conduit will be paid for under Item 618, "Conduit" and Special Specification 6016, "ITS Multi -Duct Conduit." Electrical conductors will be paid for under Item 620, "Electrical Conductors." 6.2. Install Only. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit bid price for "Fiber Optic Cable (Install Only)" of the various types, and number of fibers specified. This price is full compensation for installing fiber optic cable furnished by the Department; for pulling through conduit or duct; aerial installation; terminating; testing; and for materials, equipment, labor, tools, documentation, warranty, training and incidentals. Conduit will be paid for under Item 618, "Conduit' and Special Specification 6016, "ITS Multi -Duct Conduit." Electrical conductors will be paid for under Item 620, "Electrical Conductors." 6.3. Relocate. 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 "Relocate Fiber Optic Cable." This price is full compensation for relocating all cable, regardless of cable size; for pulling through conduit or duct; aerial installation; terminating; testing; and for materials, equipment, labor, tools, documentation, and incidentals. 6.4. Remove. 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 "Remove Fiber Optic Cable". This price is full compensation for removing all cable for salvage, regardless of cable size; testing; returning to the Department; and for materials, equipment, labor, tools, documentation, and incidentals. 13- 13 03-16 Statewide 304 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT Special Specification 6016 .......... Teres Intelligent Transportation System (ITS) Multi -Duct Conduit 1. DESCRIPTION Furnish and install Intelligent Transportation System (ITS) multi -duct conduit identified for fiber optic communication use of the type and size specified. Provide conduit suitable for installation in an outdoor underground environment including constant immersion in water, mounted to retaining walls, and mounted above ground on the underside of a bridge without any degradation to the conduit. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the requirements of the following Items: ■ Item 400, "Excavation and Backfill for Structures," ■ Item 401, "Flowable Fill," ■ Item 402, "Trench Excavation Protection," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 445, "Galvanizing," ■ Item 476, "Jacking, Boring, or Tunneling Pipe or Box," ■ Item 618, "Conduit," and ■ Item 620, "Electrical Conductors". In addition, provide ITS multi -duct conduit meeting the requirements of the following Items: ■ Underwriters Laboratories (UL) 651,2420, and 2515, ■ National Electrical Manufacturers Association (NEMA) Standard TC -2, ■ NEMA TC -7, ■ NEMA TC -14B, ■ National Electrical Code (NEC), and ■ Departmental Materials Specification DMS 11030, "Conduit'. Provide underground ITS multi -duct conduit materials that have been tested and listed as defined in the NEC for the specific use to meet the following industry standards: ■ Bellcoreffelcordia Technologies document GR -356, ■ American Society for Testing and Materials (ASTM) -D1784, Standard Specification for Rigid (PolyVinyl Chloride) (PVC) Compounds and (Chlorinated Poly Vinyl Chloride) (CPVC) Compounds, ■ ASTM -D1785, Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120, ■ ASTM -D2122, Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings, ■ ASTM -F2160, Standard Specification for Solid Wall High Density Polyethylene (HDPE) Conduit Based in Controlled Outside Diameter, ■ ASTM -D2412, Standard Test Method for Determination of External Loading, and ■ ASTM -D3350, Standard Specification for Polyethylene Plastic Pipe and Fittings Materials. 1 -8 03-16 Statewide 305 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT Provide above ground ITS multi -duct conduit materials that have been tested and listed as defined in the NEC for the specific use to meet the following industry standards: ■ ASTM -A90, Standard Test Method for Weight of Coating on Iron and Steel Articles with Zinc -Alloy Coatings, ■ ASTM -D2105, Standard Test Method for Longitudinal Tensile Properties of "Fiberglass" (Glass -Fiber - Reinforced Thermoplastic -Resin) Pipe and Tube, and ■ ASTM -D2444, Standard Test Method for Determination of the Impact Resistance of Thermoplastic Pipe and Fittings by Means of a Tup (Falling Weight). 3. EQUIPMENT 3.1. General Requirements. 3.1.1. Pre -Assembled Multi -Duct. Provide a pre -assembled multi -duct conduit system of the material type specified with a nominal 4 in. inner diameter round outer duct containing 4 factory installed 1.25 in. nominal diameter round inner ducts. Inner ducts must be held together in a square configuration by a system of spacers. The design of the spacers, which hold the individual conduits in formation, must be capable of locking them tightly together to prevent free twisting of the inner ducts. For pre -assembled multi -duct, provide a single protective end cap for each bundled 10 ft. or 20 ft. conduit sections, factory bends, and fittings. 3.1.2. Fittings. Provide all required sweeps, bends, repair couplings, ground box termination kits, alternative outer ducts, adapters, preassembled split repair kits, lubrication access fittings, tug -plugs, slit -inner duct plugs, hangers, brackets, expansion joints, and accessories to complete the conduit system as incidentals. 3.1.3. Flexural Modulus. Do not exceed the ovality of the conduit system by 5%. 3.1.4. Environmental Requirements. For underground construction, provide conduit that will perform in an ambient temperature range of -30°F to 122°F without degradation of material properties In accordance with the NEC. For above ground conduit construction, provide conduit that performs in an ambient temperature range of -60°F to 200°F without degradation of material properties. 3.1.5. Corrosion Resistance. Provide a conduit system that is resistant to most harsh chemicals and protected against degradation due to oxidation or general corrosion. 3.1.6. Direct Bury. Provide a conduit system capable of being installed by trenching or boring as shown on the plans. 3.1.7. Free of Defects. Provide a conduit system free of visible cracks, holes, or other physical defects that would degrade its performance. 3.1.8. Uniformity. Provide conduit that is uniform as practical in respect to overall dimensions, color, density, and thickness. 3.1.9. Stabilization. Provide conduit with a UV light stabilizer which will protect it, for a minimum of 12 mo., from degradation due to prolonged exposure to direct sunlight. 3.1.10. Conduit Identification. Provide conduit with a durable identification labeling showing the name and trademark of the manufacturer, conduit size, date of manufacture and "TxDOT - Fiber Optic Cable System" identification. 2-8 03-16 Statewide 306 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT 3.1.11. Grounding. Provide a bare copper No. 8 AWG system grounding conductor, in accordance with Item 620, "Electrical Conductors", in 1 inner duct of the conduit duct system if no other cable is to be installed in the conduit system for use as a grounding conductor between ground boxes. 3.2. Outer Duct. 3.2.1. PVC Multi -Duct. Provide heavy walled Schedule 40 polyvinyl chloride (PVC) or heavy walled Schedule 80 PVC outer duct with a nominal inside diameter (ID) of 4 in. as shown on the plans or as directed for underground construction. Provide minimum 20 ft. sections of conduit. Incorporate a longer integral bell in place of the standard 3-112 in. bell to accommodate the length of the coupling body. Provide 4 in. Schedule 40 conduit with an average outside diameter (OD) of 4.5 in. and a minimum wall thickness of 0.237 in.. Provide 4 in. Schedule 80 conduit, or equivalent with an average OD of 4.75 in. and a minimum wall thickness of 0.337 in. When providing an equivalent to Schedule 80, provide independent laboratory testing certifications showing the equivalent product meets or exceeds performance and testing requirements to that of Schedule 80. 3.2.2. Rigid Metal Multi -Duct. Provide galvanized rigid metal conduit (RMC) outer duct with a nominal ID of 4 in. as shown on the plans or as directed. Provide a minimum 10 ft. section of conduit. Provide 4 in. RMC with an average OD of 4.5 in. and a minimum wall thickness of 0.225 in. 3.2.3. Fiberglass Multi -Duct. Provide, bullet resistant, pure, high grade, reinforced thermosetting resin conduit outer duct with a nominal ID of 4 in. as shown on the plans or as directed. Provide a minimum 10 ft. section of conduit. Provide 4 in. fiberglass conduit with a minimum OD of 4.25 in. and a minimum wall thickness of 0.250 in. 3.3. Inner ducts. Provide inner duct Schedule 40 PVC or High Density Polyethylene (HDPE) conduit with a 1.25 in. nominal diameter. Extrude inner ducts in a controlled OD fashion. 3.3.1. Spacers. Hold together the inner ducts with spacers located throughout each section of conduit. Factory install the system of spacers to hold inner ducts in place during transport and maintain alignment within the outer duct. Mold spacers from high impact plastic, and be factory certified to withstand all handling pressures and stresses. 3.3.2. Longitudinal Ribbing. For HDPE inner ducts, incorporate longitudinal ribbing and permanent dry lubricant that is extruded to provide friction reduction in cable installation. 3.3.3. Identification by Color. Provide inner ducts that are uniquely defined by the extrusion of a different color for each of the inner ducts; colors must be orange, yellow, red, and black. Provide black inner duct that is placed directly in line with the manufacturer's identification on the outer duct for ease of identification and installation. Duct designated for backbone fiber will be black in color; duct designated for distribution fiber will be orange and red in color; and duct designated for drop (field cabinet) fibers cable will be yellow in color. 3.3.4. Pull Cord. Provide a flat pull cord in all empty inner ducts. Provide a pull cord with a tensile strength of 1,250 Ib. minimum and have foot markings to determine length installed. 3-8 03-16 Statewide 307 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT 3.4. Fittings. Provide fittings with the same material to the connecting conduit unless otherwise shown on the plans. 3.5. Coupling Body. Provide a factory installed primary coupling body that is manufactured as a hard plastic coupling body incorporating conical shaped target areas to accommodate self -alignment of each inner duct upon field assembly. Provide a coupling body that incorporates sealing devices to facilitate field assembly and prevent water and foreign material leakage from outside the multi -duct system and to prevent air leakage from inside the inner ducts. Assemble solely by hand without use of special tools such that no lubricant will be required for field assembly of this conduit system. Provide the coupling body with its sealing members sealing the outer walls of the inner ducts and the inner wall of the outer duct providing an airtight seal from within the inner duct system and a watertight seal from the outside of the outer duct. Provide the gasket or sealing members that is an anti -reversing design in such that the lengths of conduit stay joined together without the need for solvent cement. Provide the field connection end of the internal coupling body that incorporates shaped target areas to accommodate self -alignment of the inner ducts with bore openings during field assembly. Provide the coupling body that has one of the bore openings on the field assembly side uniquely identified to facilitate proper continuous inner duct alignment during field assembly. The coupling body must seal the inner duct so that after the application of 100 psi to an inner duct, the inner duct must be capable of maintaining a minimum of 15 psi for 24 hr. Employ an approved independent commercial testing laboratory to perform the above test. Submit certified reports of test to Department. 3.6. Expansion Joints. Provide expansion joints having a material similar to the connecting conduit unless otherwise shown on the plans. Use conduit expansion fittings at structure expansion joint crossings. 3.7. Termination Kits. Provide end or pass-through termination kits from the same conduit manufacturer for termination in ground boxes and junction boxes. Ensure a watertight seal of conduit to structure wall when terminating conduit. 3.8. Multi -Duct Sweeps. Conduit deflection should not deviate more than 1 in. horizontally or vertically per foot (1:12) of running length of conduit. Long conduit sweeps should be used wherever possible to change conduit direction in order to reduce the pulling tension required during cable installation. For conduit deflection at obstructions, utilities, or transitions to structures where the 1:12 deflection requirement above or long sweeps are not possible, use complete conduit manufactured minimum 36 in. radius sweeps (111-1/40, 22-1120, 300, 450, and 900 angles) complete with bell and spigot. Do not field bend conduit. 3.9. Fiber Optic Cable Route Markers. Furnish tubular delineator markers, minimum 6 ft. in length and a minimum 3 in. OD, and constructed of Type III HDPE material. Provide marker assemblies that are orange in color and ultraviolet stabilized to help prevent components from color fading, warping, absorbing water, and deterioration with prolonged exposure to the elements. Refer to the Standard Details for details of the text on the decal that should be affixed to each marker. Ensure that all markers furnished on this project are new and consistent in appearance. 4-8 03-16 Statewide 308 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT Install markers using a method that firmly and securely anchors the marker a minimum of 1 ft. into the ground to prohibit twisting and easy removal. When located at an ITS ground box, marker may be placed within the concrete riprap apron avoiding rebar reinforcement. Spacing between markers should not exceed 1,000 ft. or as shown on the plans and placed at significant changes in direction such as a 901 turn. Do not place markers in any roadway paved surface. 4. CONSTRUCTION 4.1. Underground Construction. Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Maintain constant slope to prevent water from being trapped in the conduit system. Ream all conduit ends to remove burrs and sharp edges. Install underground conduit system a minimum of 42 in. from ground surface to the top of the conduit unless otherwise directed or to avoid utility conflicts or field conditions. When conditions require trench depths greater than 5 ft., provide trench protection in accordance with Item 402, 'Trench Excavation Protection." Install conduit in accordance with the requirements of the NEC and USDA RUS. Fasten all external conduit placed on structures with conduit straps or hangers as shown on the plans or as directed. Conduit straps, hanger systems, and junction boxes are incidental to this Item. Fit the conduit terminations with bushings or bell ends with duct plugs. Seal inner ducts with duct plugs within 24 hr. of conduit placement. This includes but is not limited to intermediate or incomplete sections of conduit system prior to conduit splicing or termination in ground boxes. Document Global Positioning System (GPS) coordinate points, in NAD83, and provide to the Department for shifts or deviations of the ITS multi -duct alignment from the plans required to avoid obstructions or utilities. GPS coordinate points to be recorded at the point of curvature and point of tangent for horizontal of vertical transitions and include installed depth. 4.1.1. Proofing. Prior to installation of cables or final acceptance, pull a spherical template having a diameter of not less than 75% of the inside diameter of the inner duct through the inner duct to insure that the inner duct is free from obstruction. At the conclusion of proofing, fit ends of all empty inner ducts with duct plugs or caps within 24 hr. 4.2. Trench Construction. Provide minimum Schedule 40 PVC conduit when conduit is installed through trenching method unless otherwise shown on the plans or as directed. Provide a 2 in. minimum layer of sand at the bottom of the trench to serve as a bedding material for construction. Provide conduit spacers made of a non-metallic material designed for installation underground and encased in concrete. Spacers should be of the type recommended by the conduit manufacturer and designed with an interlocking device and stackable to relive the conduit of both horizontal and vertical stress. Provide spacers sized appropriately for the conduit with a minimum height of 2 in. spaced at 5 ft. intervals throughout the trench. Set conduit spacers directly on the sand bedding. Spacers must be anchored to prevent floating of conduit system and maintain constant slope. Conduit system will be encased in the following materials based on depth of trench: 4.2.1. Greater than 24 in. For trench depths greater than 24 in. from the ground surface to the top of the ITS multi - duct conduit, encase the conduits in flowable fill to an elevation of 6 in. above the top of conduit in accordance with Item 401, "Flowable Backfill," or ClassB concrete, maximum aggregate size 5, in accordance with Item 421, "Hydraulic Cement Concrete." Class B concrete at the discretion of the Engineer and will be shown on the plans. Backfill above encasement as defined in Section 4.2.3. 5 - 8 03-16 Statewide 309 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT 4.2.2. Less than 24 in. When a trench depth less than 24 in. is required, encase the conduits in Class B concrete, maximum aggregate size 5, to an elevation of 6 in. above the top of conduit in accordance with Item 421, "Hydraulic Cement Concrete." Backfill above encasement as defined in Section 4.2.3. 4.2.3. Excavation and Backfill. Trench, excavate, and backfill as shown on the plans and in accordance with Item 400, "Excavation and Backfill for Structures." 4.2.4. Marking Tape. Place a 4 in. wide detectable underground metalized mylar conduit marking tape over the ITS conduit at a minimum depth of 1 ft. below grade when no other electrical marking tape required or 8 in. below electrical marking tape when provisioned under Item 618, "Conduit". Imprint the marking tape "TxDOT Conduit and Fiber Optic Cable System - Call TxDOT Before Proceeding" every 18 in. 4.2.5. Restoration of Trench Areas. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition in accordance with Item 400, "Excavation and Backfill for Structures." 4.3. Boring Construction. Jacking and boring when required will be in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box".. When boring under pavement shallower than 48 in. from finish grade to top of conduit, provide Schedule 40 steel casing under pavement to encase the conduit system as shown on the plans unless otherwise directed. Provide steel casing of a size to accommodate all conduits in addition to 20% space capacity for pulling conduits through the steel casing. Steel casing will be furnished in accordance with this Item. During boring operation, locate bore head every 10 ft. along the bore path and before traversing underground utilities or structures. Use digital walkover locating system to track bore head during boring operation. Ensure locating system is capable of determining pitch, roll, heading, depth, and horizontal position of the bore head and document this information at the intervals specified above for as -built information.. 4.4. Above Ground Construction. Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Maintain constant slope to prevent water from being trapped in the conduit system. Provide rigid metal conduit or fiberglass conduit for outer duct when system is mounted externally along a bridge or above ground structure. Provide fiberglass or other non -corrosive outer duct for coastal Distdcts where conduit is exposed to corrosive environments due to salt in the air. Provide rigid metal conduit outer duct that is hot -dipped galvanized in accordance with Item 445, "Galvanizing." Ground rigid metal conduit in accordance with the Department's Electrical Details and in accordance with the NEC. Provide fiberglass conduit that is bullet resistant, heavy walled, pure, high grade, reinforced thermosetting resin conduit. Provide conduit, elbows, and fittings that are manufactured from the same resin, hardener, or glass systems manufactured by the same filament wound system. 4.5. Testing. Perform tests in accordance with industry testing requirements identified in Article 2, "Materials." 4.5.1. General. Furnish certified documentation from an independent testing laboratory documenting compliance with all ASTM, NEMA, NEC, UL, and Telcordia Technologies standards as referenced in this Item. 03-16 Statewide 310 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT Provide test procedures and blank test forms and conduct performance tests for all materials and equipment not previously tested and approved. If technical data is not considered adequate for approval, samples may be requested for test. The Contract period will not be extended for time lost or delays caused by testing prior to final approval of any items. Compare the results of each test with the requirements of this Item. Failure to conform to the requirements of any test must be identified as a defect and the materials will be subject to rejection by the Engineer, Offer rejected materials again for retest provided all non -compliances have been corrected and retested by the Contractor with evidence submitted to the Engineer. 4.5.2. Examination of Product. Examine each conduit system component prior to installation carefully to verify that the materials, design, construction, markings, and workmanship comply with the requirements of this Item. 4.5.3. References. The ITS multi -duct conduit system supplier must submit 3 references, preferably State Departments of Transportation, where this supplier's conduit system has functioned successfully for a period of no less than 1 yr. Include current name and address of organization, and the current name and telephone number of an individual from the organization who can be contacted to verify system installation. Provide this information with documentation submittal. Failure to furnish the above references will be sufficient reason for rejection of the supplier's equipment. 4.6. Documentation Requirements. Submit documentation of the conduit system consisting of the following for Engineer approval 30 days prior to installation: ■ manufacturer specifications or cut sheets for all components of the conduit duct system, ■ laboratory certified material test reports documenting conformance with pertinent standards identified under Article 2, "Materials", ■ GPS coodinates, ■ pre -installation test procedures, ■ post -installation test procedures, and ■ as -built of installed conduit system. 5. MEASUREMENT ITS multi -duct conduit will be measured by the linear foot of the multi -duct conduit system. Fiber optic cable road marker will be measured by each maker furnished and installed. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided for under "Measurement" will be paid for at the unit price bid for "ITS Multi -Duct Conduit" of the types and construction method specified. This price is full compensation for furnishing and installing conduit; for jacking, boring, steel encasement, excavating, furnishing, and placing backfill; concrete encasement; replacing pavement structure, sod, riprap, curbs, or other surface; testing of the conduit system; for furnishing and installing all fittings, clamps, sweeps, bends, repair couplings, adapters, ground box or manhole termination kits, pre -assembled split repair kits, lubrication access, fittings, hangers, brackets, junction boxes, expansion joints, concrete, and detectable underground metalized mylar conduit marking tape; pull cords, and for all labor, tools, equipment and incidentals necessary to complete the work. 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 "Fiber Optic Cable Road Marker." This price is full compensation for furnishing and installing all cable markers; and for materials, equipment, labor, tools, documentation, warranty, training and incidentals. Copper grounding conductor will be paid under Item 620, "Electrical Conductors." 7-8 03-16 Statewide 311 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6016 INTELLIGENT TRANSPORTATION SYSTEM (ITS) MULTI -DUCT CONDUIT This Item applies only to ITS multi -duct conduit. Any other conduit for communication or electrical use will be in accordance with and paid for under Item 618, "Conduit." 8-8 03-16 Statewide 312 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR SIGNAL CABD Special Specification 6058 BatteryBack-Up System for Signal Cabinets Zarransportation���n� Y DESCRIPTION Install a Battery Back -Up System (BBU System) for traffic signals that will provide reliable emergency power in the event of utility power failure or interruption. The system will also function as a power conditioner and/or voltage regulation device. A BBU System consists of inverter/charger, manual bypass switch, power transfer switch or automatic bypass switch, batteries, battery monitoring device, wiring, external cabinet or stand-alone cabinet, concrete pad, all necessary hardware and software, and all associated equipment required to operate in a field environment. The BBU System shall be capable of operating an "LED only" signalized intersection (700W load) for 4 hours of full runtime when utility power is disabled and under ambient temperatures of 25oC. The BBU System shall switch the intersection to flash mode of operation when approximately 40% of battery charge is remaining, via relay contact connection points on the front panel of the unit. The BBU system shall operate the intersection in the flash mode of operation (300W load) for an additional 2 hours. BBU system components shall be rated for a minimum 140OW load capacity. The BBU shall be designed for outdoor applications in accordance with NEMA TS2-2003, Section 2. All components of the BBU system shall be rated to operate under temperature extremes of -34oC to +74oC. 2. DEFINITIONS 2.1. Automatic Bypass Switch. A unit connected between the utility power supply and the inverter/charger which can automatically switch power to the controller cabinet service panel from inverter output power to utility line power. 2.2. Battery Back -Up System (BBU System). The battery back -us system includes, but is not limited to, a manual bypass switch, automatic bypass switch or power transfer switch, inverter/charger, batteries, battery monitoring device, wiring, external cabinet and all necessary hardware for system operation. 2.3. Battery Back -Up System Software. All software associated with operation, programming and functional requirements of the BBU system. 2.4. Battery Monitoring Device. The device which monitors battery temperatures and charge rate of the batteries used in the BBU system. 2.5. Batteries. Standard 12V batteries wired in series to create a 36VDC to 96VDC voltage storage. 2.6. Boost. When enabled, the BBU inverter/charger shall automatically switch into this mode to raise the utility line voltage when it drops below a preset limit. The limit may be user defined or use manufacturer default settings (typically 100V AC). 2.7. Buck. When enabled, the unit shall automatically switch into this mode to reduce the utility line voltage when it rises above a preset limit. The limit may be user defined or use manufacturer default settings (typically 135V AC). 2.8. External or Stand -Alone Cabinet. The structure which houses the system components and/or batteries for the BBU System. 1-7 12-14 Statewide 313 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR SIGNAL CABINETS 2.9. Inverter/Charger. The unit which converts the DC voltage input into 120 VAC output for the traffic signal cabinet to operate. As a minimum the inverter/charger shall be rated for 1400 watts. 2.10. Inverter Line Voltage. The power supplied from the BBU system to the traffic signal cabinet from the BBU System inverter. 2.11. Manual Bypass. Manual switch that allows user to bypass BBU power to service system equipment. Manual bypass switch switches utility line power directly to cabinet. 2.12. Power Transfer Switch. A unit connected between the utility power supply and the inverter/charger which can automatically switch from utility line power to inverter output power. The power transfer relay may be a separate unit or combined with the manual bypass switch. In the event of battery voltage loss, the power transfer switch will automatically return to utility line power. 2.13. Signal Operation Mode. A signalized intersection generating a 70OW load when running in normal operation. 2.14. Signal Flash Mode. A signalized intersection generating a 30OW load when running in the flash mode of operation. 2.15. Utility Line Voltage. The 120V AC power supplied to the BBU system. EQUIPMENT Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements. Furnish battery back-up systems prequalified by the Department. The Traffic Operations Division maintains a Material Producer List (MPL) of prequalified battery back-up systems. Ensure all materials and construction methods conform to the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: in Item 420, "Concrete Substructures" ■ Item 620, "Electrical Conductors" Provide and install a BBU system that is able to fulfill the following requirements: 3.1. Method of Operation. The BBU system shall operate using one or more of the following methods: 3.1.1. Buck and Boost Method. When the buck and boost functions are enabled they shall set the upper and lower control limit allowable for the utility line voltage. If the utility line voltage fluctuates above or below the buck and boost values, the BBU system shall raise or lower the voltage by approximately 10-15% of the utility line voltage in an attempt to bring the voltage back into the upper and lower control limits. Buck and boost shall have preset manufacturer defaults. If the utility line voltage falls above or below the functional capabilities of buck and boost, then the BBU system will transfer power from the utility line voltage to the inverter line voltage. 3.1.2. Stand-by Method. The stand-by method shall set upper and lower control limits for the utility line power. If the utility line voltage falls above or below the upper or lower control limits, then the BBU system will transfer power from the utility line voltage to the inverter line voltage. 3.1.3. Continuous Operating Mode, Double Conversion Method. The continuous method supplies the cabinet with inverter line voltage at all times. This method requires the disabling of buck and boost functions. 3.2. System Capabilities. The BBU system shall be capable of providing 140OW peak load, with a minimum of 80% inverter efficiency, for at least 10 seconds. 2-7 12-14 Statewide 314 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR SIGNAL CABINETS The BBU system shall be capable of providing 70OW signal operation load for a minimum of 4 hours, and then switching to and providing 30OW signal flash load for an additional 2 hours minimum, when batteries are fully charged. When the BBU system is running on battery power, the inverter/charger shall be capable of allowing the voltage at which the transition from normal operating load to flash mode occurs (usually 47.5V) to be selected by a user, via relay contacts and connection points on the front panel of the inverter/charger. The transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries, shall be less than 65 milliseconds. The same allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. The BBU system shall bypass utility line voltage whenever the utility line voltage is outside of the manufacturer's default, or a user -programmed voltage range, ±2VAC. When the utility line power has been restored to a normal operating voltage for more than a user defined setting (default 30 seconds), the BBU system shall transfer from inverter line voltage to utility line voltage. The BBU system shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. The BBU system shall be compatible with TS1, TS2 and Model 170/2070 controllers and cabinet components for full run-time operation. Unless the plans indicate otherwise, provide a BBU in an external battery cabinet. When indicated by the plans, provide a BBU system that can be shelf -mounted in NEMA TS -1 and TS -2 cabinets, or rack -mounted for Model 170/2070 332 cabinets. Provide a manual bypass that is capable of shelf mounting or that can be attached to the side of the signal cabinet. Provide interconnect cables that are no less than 10 ft. in length. Relay contact wiring for each set of NOINC relay contact closure terminals shall be no less than 6 feet long and #18 AWG wire. Use manufacturer recommendations for size of wire for any cables lengths greater than 10 feet. The BBU system shall have lightning surge protection compliant with IEEE/ANSI C.62.41 latest edition and meeting all current UL1449 standards. Lightning surge protection shall be provided to the utility line voltage coming into the inverter/charger. The surge protection device shall be easily accessible and mounted externally from the inverter/charger. The BBU system, including batteries and hardware, shall be easily replaceable and shall not require any special tools for installation. The BBU system shall operate in automatic "fail-safe" mode. Should a breaker trip on the inverter/charger and/or the power transfer switch, the system will automatically operate from utility line power and bypass the BBU system. As stated above, in addition to the inverter/charger, the BBU shall be provided with both an external manual bypass switch and either an external automatic transfer switch or external automatic bypass switch. The BBU system shall be capable of logging up to 100 events. Events shall date- and time -stamp faults with utility line voltage and battery voltages. At the minimum, the BBU system shall log an event when: ■ the utility line voltage falls above or below the upper or lower control limits, ■ the BBU system automatically switches to battery power, and ■ when self-monitoring BBU system components fail. 3.3. Displays, Controls, Diagnostics and Maintenance. The BBU system shall include a front panel display. All applicable programmable functions of the operational methods described in this specification shall be viewable from the front panel display. All events described in Section 3.2, "System Capabilities" shall be viewable from the front panel display. 3-7 12-14 Statewide 315 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR SIGNAL CABINETS The BBU system software shall be programmable from the front panel of the inverter/charger by means of a keyboard or momentary buttons allowing user to step through menu driven software. A 10/100 Ethernet port shall be provided on the front panel of the inverter/charger. A RS232 port shall be provided on the front panel of the inverter/charger. The BBU system software shall be provided for the operational needs of the BBU system. The user/operator shall be able to access all system software via the Ethernet and RS232 ports on the front panel of the inverter/charger. The user shall be able to read logged events and change programmable parameters from the keyboard, laptop or local area network via the Ethernet port. System software shall be upgradeable via the RS232 port on the front panel of the inverter/charger. 3.4. Inverter/Charger. The inverter/charger is the unit that provides the voltage regulation; power conditioning of utility line power; convert the DC voltage input into 120 VAC output for the traffic signal cabinet to operate; provides emergency backup power upon loss of utility power and provides for temperature compensated battery charging. As a minimum the inverter/charger shall be rated for 1400 watts. Provide a minimum of 6 sets of normally open (NO) and normally closed (NC) single -pole double -throw dry contact relay closures on the front face of the inverter/charger and labeled so as to identify each contact. The relay closures shall consist a set of NOINC contact closures that shall be energized whenever the unit switches to battery power (contact shall be labeled or marked as "On Battery" or equivalent) and a second set of NOINC contact closures shall be energized whenever the battery approaches 40% remaining capacity (contact shall be labeled or marked as "Low battery" or equivalent'), which will determine when the unit will switch from normal operation to flash. A third set of NOINC contact closures shall be energized after a user settable time after the unit switches to battery power. The contact may be labeled 'Timer. The remaining relays shall be user definable. Operating temperature range for both the inverter/charger and power transfer relay shall be -34°C to +74°C. When battery power is used, the BBU system output voltage shall be between 110VAC and 125VAC, pure sine wave output, <_ 3% THD, 60Hz ± 3Hz. 3.5. Manual Bypass Switch. The manual bypass switch shall be provided as a separate unit external to the inverter/charger unit. The manual bypass switch shall consist of housing, two position switch, terminal blocks, internal wiring, service outlet, circuit breakers and mounting hardware. All components shall be rated at a minimum of 240VAC / 30 amp. Provide the manual bypass switch with # 8 terminal blocks. The manual bypass switch shall be 2 position and allow the user to switch utility line power directly to the cabinet service panel. The switch positions will provide the following functions. In the 'Bypass" position the inverter is bypassed, utility power is removed from the BBU and passed directly to the signal power panel. In the "UPS" position the inverter / switch is powered and the signal circuits are supplied by the output of the inverter. When the manual bypass switch is in the "Bypass" position the user may replace the automatic bypass switch (or transfer switch) and the inverter/charger without interrupting power to the intersection. Provide the manual bypass switch with over current protection (20 Amp circuit breaker). 3.6. Power Transfer Switch. These requirements are for BBU systems provided with a power transfer switch. The power transfer switch will operate such that the inverter/charger input and cabinet power panel are supplied with power from the utility line, in the event that the utility line power is lost or requires conditioning (buck or boost) the power transfer switch will automatically connect the inverter/charger output to the cabinet power panel such that the inverter/charger output provides the power. In the event of inverter/charger failure, battery failure, or complete battery discharge, the power transfer shall revert to the NC (de -energized) state, where utility line power is connected to the cabinet service panel. All wire to the power transfer switch from the manual bypass switch, to and from the inverter/ charger and from the manual bypass switch to utility power service shall be sized accordingly with system requirements. 3.7. Automatic Bypass Switch. These requirements are for BBU systems provided with an automatic bypass switch. The automatic bypass switch will operate such that the inverter/charger input is supplied with power 4-7 12-14 Statewide 316 CyI�M'(e]a1m3r .-Pfto SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR I.YCe�►[Jr[ • 1 M►10111116`] from the utility line and the cabinet power panel is supplied with power from the output of the inverter/charger. In the event of inverter/charger failure, battery failure, or complete battery discharge, or other loss of power from the output of the inverter/charger, the automatic bypass switch shall revert to the NC (de -energized) state, where utility line power is connected to the cabinet service panel. 3.8. Batteries. Provide batteries from the same manufacturer/vendor of the BBU system. Individual batteries shall be 12V type, and shall be easily replaceable and commonly available for purchase by common off-the-shelf equivalent. Batteries shall be sized and rated to operate a 700W load for 4 hours (normal operation) followed by a 300W load for 2 hours (flash operation) for a total of 6 hours. Battery configuration shall consist of 12V batteries arranged for total voltages of 36V, 48V, 60V, 72V, 84V or 96V. Batteries shall be deep -discharge, sealed prismatic lead -calcium based, valve -regulated maintenance -free batteries. Batteries shall operate over a temperature range of -34°C to +74°C. Batteries shall indicate maximum recharge data and recharging cycles, and manufacturer defaults on the inverter/charger shall not allow the recharging process to exceed the batteries maximum values. Battery interconnect wiring shall connect to the inverter unit via modular harness with red and black cabling that terminates into a typical power pole style connector. Harness shall be equipped with mating power flag style connectors for batteries and a single insulated plug-in style connection to inverter/charger unit. Harness shall allow batteries to be quickly and easily connected in any order and shall be keyed to ensure proper polarity and circuit configuration. A fusible link or device sized accordingly with system requirements and to protect against currents exceeding each battery current rating shall be provided within 3 inches of the negative and positive leads of each battery. Fusible links shall be insulated stranded wire. Insulated covers shall be provided at the connection points (post) as to prevent accidental shorting. Battery cables provided to connect battery to battery harness main cable shall be a minimum of 18 in. or long enough to accommodate the battery covers provided with the battery ground box, whichever is longer. Battery harness shall be sized accordingly with system requirements. 3.9. Battery Monitoring System. The BBU system shall use a temperature -compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV/°C per cell. The temperature sensor shall be used to monitor the temperature and regulate the charge rate of the batteries. Unless required otherwise by the plans the temperature sensor wire shall be as follows: ■ 8 feet long if external side -mounted cabinet is attached to existing controller cabinet. ■ 8 feet long if batteries are housed in traffic signal base used for cabinet foundation and batteries are stored on shelf within base. ■ 8 feet long if stand-alone cabinet is used. Should the temperature sensor fail, the inverter/charger shall not allow the BBU system to overcharge the batteries. The BBU system shall provide an alarm should the temperature sensor fail. Recharge time for the batteries to obtain 80% or more of full battery charge capacity shall not exceed 20 hours at 21 °C (707). Batteries shall not be charged when battery temperature exceeds 50°C. 5-7 12-14 Statewide 317 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR SIGNAL CABINETS The BBU system shall monitor battery strings within a system and set a fault indicator if battery voltage falls below normal operating voltage. 3.10. Battery Housing. Unless plans require otherwise, project an external battery cabinet or stand-alone BBU/battery cabinet as specified below. 3.10.1. External Battery Cabinet. The external cabinet shall be NEMA type 3R all -aluminum with stainless-steel hardware, or approved equivalent. The external cabinet shall be designed to attach on the side of a TS2 size 6 base -mount cabinet. The batteries, inverter, transfer switches, manual bypass and all associated hardware shall be housed in the external cabinet. The external cabinet shall be equipped with proper ventilation, electric fan, and air filter in accordance with TS2 standards. External cabinets will be equipped with a door opening to the entire cabinet. The door shall be attached to the cabinet with a full length stainless steel piano hinge or four, two -bolts per leaf, hinges. The door shall be provided with the same latch and lock mechanism as required for standard traffic signal cabinet. In addition, a padlock clasp will be provided. When using battery ground boxes, an external cabinet is required for the non -battery components. . 3.10.2. Stand -Alone BBU/Battery Cabinet. When required for installation by the plans a stand-alone cabinet in accordance with the following shall be provided. The stand-alone cabinet shall conform to all the specifications of the External BBU/Battery Cabinet, except that it will not mount to the controller cabinet. The stand-alone cabinet shall be designed to attach to a concrete pad. 3.11. Concrete Pad. Provide a Class B concrete pad as a foundation for stand-alone cabinets of the size shown in the plans. For external cabinets, extend the controller foundation to provide a class B concrete pad under the external cabinet of the size shown in the plans. 3.12. Documentation. Operation and maintenance manuals shall be provided. The operation manual shall include a block diagram schematic of all system hardware components. The manual shall include instructions for programming and viewing software features. The manual shall include all uploading/downloading (communications protocol) requirements via RS232 or Ethernet port. Board level schematics shall be provided when requested. Battery documentation and replacement information shall be provided. 3.13. Testing. The Department reserves the right to do testing on BBU systems to ensure Quality Assurance on unit before installation and random sampling of units being provided to the State. BBU systems that fail will be taken off the Qualified Products List (QPL). Department QPL testing procedures will check compliance with all the criteria of this specification including the following: ■ Event logging for fault/alarm conditions ■ Demonstrated use of one or more of the operating methods described in Section 3.1., "Method of Operation." ■ Testing of ability to power a 70OW load for 4 hours, transfer to flash mode and power a 30OW load for 2 additional hours, at an ambient temperature of +25°C. ■ Testing of all components in environmental chamber (temperature ranges from -30°C to +74°C) following NEMA TS2 2003 standards, Section 2. 6-7 12-14 Statewide 318 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6058 BATTERY BACK-UP SYSTEM FOR SIGNAL CABINETS 3.14. Warranty, Maintenance and Support. Provide a BBU containing a warranty that requires the manufacturer to replace failed BBUs when non-operable due to defect in material or workmanship within five years of date of purchase from manufacturer. Supply a BBU with no less than 95% of the manufacturer's warranty remaining on the date that the BBU is installed and begins operating. The replacement BBU must meet requirements of this specification. The Contractor will handle all warranty issues until the date of final acceptance. Batteries shall be warranted for full replacement for 5 years. Batteries shall be defined as bad if they are not able to deliver 80% of battery rating. 4. MEASUREMENT This Item will be measured by each BBU system installed. 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 "BBU System" of the type (type of BBU cabinet) specified. This price is full compensation for furnishing, installing, and testing the completed installation, BBU system and associated equipment, mounting hardware, class B concrete pad, software, conduit, conductors; and equipment, labor, tools; and incidentals. 7-7 12-14 Statewide 319 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6186 INTELLIGENT TRANSPORTATION SYSTEM (ITS) GROUND BOX . Special Specification 6186 T� Intelligent Transportation System ITS Ground Box �mw,"°o, 9 p Y (ITS) 1. DESCRIPTION Construct, furnish, install or remove Intelligent Transportation System (ITS) ground boxes for fiber optic communication infrastructure complete with lids. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the requirements of the following items: ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 432, "Riprap," ■ Item 440, "Reinforcement for Concrete," ■ Item 471, "Frames, Grates, Rings, and Covers," ■ Item 618, "Conduit', and ■ Item 620, "Electrical Conductors." Provide new ITS ground boxes constructed of precast concrete or polymer concrete in accordance with the National Electrical Code (NEC) and National Electrical Manufacturers Association (NEMA) standards, most current version. Faulty fabrication or poor workmanship in materials, equipment, or installation will be justification for rejection. Provide manufacturer's warranties or guarantees when offered as a customary trade practice. 2.1. Precast Concrete. Provide precast concrete ground boxes and aprons that comply with the details shown on the plans, the requirements of this Item, and in accordance with the following: ■ construct ground boxes with Class A concrete in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise directed, ■ provide American Society for Testing and Materials (ASTM) A 615 Grade 60 reinforcement steel in accordance with Item 440, 'Reinforcing Steel," and ■ provide steel for the frames and covers in accordance with Item 471, "Frames, Grates, Rings, and Covers," unless otherwise approved by the Engineer. 2.1.1. Loading Requirements. Designed to withstand American Association of State Highway and Transportation Officials (AASHTO) H-20 loading. Manufacturer must furnish certification of conformance with H-20 loading. 2.2. Polymer Concrete. Manufacture ground box and ground box cover from polymer concrete reinforced with 2 continuous layers of fiberglass fabric. Provide fabricated precast polymer concrete ground boxes and aprons that comply with the details shown on the plans, the requirements of this Item, and in accordance with American Standards Institute (ANSI)/Society of Cable Telecommunications Engineers (SCTE) - ANSIISCTE 77, most current version. ■ Polymer Concrete. Construct polymer concrete from catalyzed polyester resin, sand, and aggregate. Polymer concrete containing chopped fiberglass or fiberglass -reinforced plastic is prohibited. Ensure a minimum compressive strength of 11,000 psi. 1-5 03-16 Statewide 320 CITY OF PEARLAND INTELLIGENT TRANSPORTATION SYSTEM (ITS) GROUND BOX ■ Fiberglass Fabric. The base glass on the fiberglass fabric must be alumina-limeborosilicate type "E" glass. The reinforcing fabric must line the entire inner and outer surfaces. Obtain approval for the fabric prior to production. 2.2.1. Loading Requirements. All polymer concrete boxes and covers must meet all test provisions of the ANSI/SCTE 77 Tier 22 requirements. All polymer concrete boxes and covers will be LIL Listed or manufacture must provide a certification from an NRTL or factory -testing documentation witnessed and certified by professional engineer licensed in Texas. Ensure ground box withstands 800 Ib. per sq. ft. of force applied over the entire sidewall with less than 1/4 in. deflection per foot length of box. Ensure ground box and ground box cover withstand a test load of 33,750 Ib. over a 10 in. x 20 in. area centered on the cover with less than 112 in. deflection at the design load of 22,500 Ib. 3. EQUIPMENT 3.1. Size. Provide ITS ground boxes meeting the configuration types detailed in Table 1. Table 1 Ground Box Inside Dimensions Type Width (Inches) Length (Inches) Depth (Inches) Type 1 (Precast) 24 36 36, 48, or 60 Type 2 (Precast) 36 60 36, 48, or 60 Type 1 (Polymer) 24 36 24, 36, or 48 Type 2 (Polymer) 36 60 24, 36, or 48 3.2. Shape. Provide ITS ground boxes rectangular in shape. 3.3. Aprons. Provide concrete aprons for ground boxes installed in native ground as shown on the plans. Aprons will be omitted when the ground boxes are located in riprap, sidewalk, or landscape pavers. 3.4. Bolts. Provide stainless steel penta bolts or special keyed bolts, as required by Department, with associated hardware as shown on plans. Provide self -draining bolt holes. Washers must be provided with all bolts. 3.5. Accessories. Include all necessary provisions for knockouts, cable racking, adapters and terminators for proper conduit and cable installation. 3.5.1. Knockouts. Provide knockouts at the factory to accommodate the appropriate number and size of conduits entering the ground box as shown in the plans. Within the factory, score or provide indention on each outside wall identifying additional conduit entry points for future expansion that does not impact the rebar structure. Place a bell fitting on the end of each conduit to ensure a flush fit inside the ground box. Place concrete grout in the knockout (inside and out), around the conduit and bell fitting to ensure a neat and watertight fit. Ensure that the grout does not enter the inside of the conduit. 3.5.2. Cable Racking. Provide steel (ASTM A-153), non-metallic glass reinforced nylon, or equivalent cable rack assemblies with the dimensions shown on the plans. 3.5.3. Terminators. Terminators must be appropriately sized for the conduits indicated on plans and must be an airtight and watertight connection. 2-5 03-16 Statewide 321 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6186 INTELLIGENT TRANSPORTATION SYSTEM (ITS) GROUND BOX Terminators for the PVC conduits should be placed symmetrically about the centerline of the box at the depth shown on plans. Terminators that do not have conduits attached must be capped and sealed as shown on the plans. Install the quantity, size, and location of terminators as shown on plans. 3.6. Cover Requirements. 3.6.1. Type of Cover. Provide the following types of covers based on the type of ground box: ■ Precast concrete ground box: Provide a 1 -piece or 2 -piece galvanized steel or cast iron cover depending on the ground box type. Provide a torsion assisted cover for Type 2 ground box with lids that can open freely a minimum 901 each and lock in place with locking latches or a pin -lock inserted in the hinge. Covers must be grounded in accordance with the requirements of the most current version of the NEC. Provide the cover with drop handles. ■ Polymer concrete ground box: Provide a 1 -piece or 2 -piece cover depending on the ground box type, bolted to the ground box. Cover must have a minimum of 2 lifting eyes. 3.7. Label. Permanently mark all ground boxes and covers with the manufacturer's name or logo and model number. Legibly imprint each cover with a permanently marked logo in letters at least 1 in. high as follows: "DANGER—HIGH VOLTAGE TRAFFIC MANAGEMENT", unless otherwise directed. Glue in logos are prohibited. 3.8. Security. Equip all ground box covers with a stainless steel penta head or keyed bolting system that will securely hold the cover in place. Provide an appropriate means to secure or lock the cover in place as required by the plans. 3.9. Skid Resistance. All ground box covers must be skid resistant and should have a minimum coefficient of friction of 0.50 on the top surface of the cover. Provide certification minimum coefficient of friction value is met as part of material documentation. 3.10. Strength Requirements. The following ground box strengths are required based on the following 2 applications. 3.10.1. Deliberate Roadway Traffic. Precast concrete ground boxes with steel covers must be used in locations that may experience deliberate, continuous vehicular traffic, such as near the shoulder or an auxiliary lane, or immediately adjacent to the unprotected edge of pavement. Do not place ground boxes in the paved travel lanes or shoulder of highways, frontage roads, streets, bridges, or driveways. Ground boxes and covers located in these areas must be rated for heavy-duty traffic loading and meet an AASHTO H-20 design loading. Precast concrete ground boxes and covers located in non -deliberate heavy vehicular traffic must still meet AASHTO H-20 design loading. 3.10.2. Non -Deliberate Heavy Vehicular Traffic. Polymer concrete ground boxes and covers may be used in off roadway applications subject to occasional non -deliberate heavy vehicular traffic, such as driveways, along sidewalks, parking lots and behind non -mountable curb. Polymer ground boxes and covers located in these areas must meet ANSI/SCTE Tier 22 loading requirements. 4. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. 3-5 03-16 Statewide 322 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6186 INTELLIGENT TRANSPORTATION SYSTEM (ITS) GROUND BOX Use established industry and utility safety practices when installing or removing ground boxes located near underground utilities. Consult with the appropriate utility company before beginning work. 4.1. Installation. Install ground boxes as shown on the plans. Maintain spacing as shown on the plans. Ground box locations may be revised to fit existing field conditions or to better facilitate the installation of the conduit system with approval by the Engineer. Field -locate ground boxes to avoid steep slopes and low-lying locations with poor drainage. Construct ground box cover to fit properly on ground box. When installing ground boxes in surfaced areas, make the tops of the ground boxes flush with the finished surface. 4.1.1. Gravel at Base of Ground Box. Install all ground boxes on a bed of crushed rock at the base of the excavation as shown on the plans. Place 12 in. of washed, crushed stone (1.5 in. nominal) which extends 6 in. in all directions from the perimeter of the box. Lightly tamp the gravel immediately prior to the placement of the ground box to reduce settlement. Crushed gravel will not be paid directly, but be considered subsidiary to this Item. 4.1.2. Cable Racking Installation. Provide and locate cable rack assemblies designed to support up to 25 ft. of slack for each fiber optic cable inside each Type 1 ground box, 100 ft. of slack for each fiber optic cable inside each Type 2 ground box, slack associated with other communication cabling, and any splice enclosure as shown on the plans or as directed. Cable racks may be installed at the factory or in the field. Place the racks in a manner so as not to impede access in and out of the ground box. Ground metallic cable rack assemblies to grounding system inside ground box in accordance with the most current version of the NEC. Use fasteners with an ultimate pull out strength of at least 2500 Ib. and ultimate shear strength of at least 3000 Ib. When securing cable racks to side walls of ground box in the field, seal all penetrations to the side wall to prevent moisture and contaminant penetration. Sufficient cable supports must be provided for the particular of conductors or cables coiled or passing through the ground as shown on the plans or directed by the Engineer. 4.1.3. Buried Installation. When shown in the plans or identified in the General Notes, bury ground boxes for security measures. When burying ground boxes, provide polymer concrete ground boxes meeting ANSIISCTE Tier 22 loading requirements. Provide 12 in. cover between ground surface and top of ground box lid. Pdor to backfilling, provide a 30 Ib. felt paper over the entire ground box extending a minimum of 2 in. from either side to prevent backfill materials from entering ground box. 4.2. Excavation and Backfill. Ensure excavation and backfill for ground boxes meets the requirements as set forth by Item 400, "Excavation and Backfill for Structures." For buried ground boxes, compact backfill material in order to prevent depressions in ground surface from occurring over the ground box. 4.3. Testing. Ground box and cover must be tested by a laboratory independent of the manufacturer to meet loading requirements. Certificate of such tests must be submitted to the Engineer for approval. 4.4. Documentation Requirements. Submit documentation for this Item consisting of the following for Engineer approval prior to installation: ■ record Global Positioning System (GPS) coordinates using NAD83 datum for all ground boxes prior to backfill. Identify location to obtain coordinates on drawing detail, ■ shop drawings, 4-5 03-16 Statewide 323 CITY OF PEARLAND SPECIAL PROVISION TO ITEM 6186 INTELLIGENT TRANSPORTATION SYSTEM (ITS) GROUND BOX ■ concrete mix design, ■ material specifications for ground box, lid, cable racks, bolts, and skid resistance for cover ■ testing certification for loading requirements, ■ hot, cold, and wet weather plan, and ■ backfill material composition. Shop drawings should clearly detail the following for ground boxes, at a minimum: ■ dimensions ■ terminators ■ cover ■ knockouts ■ adapters ■ load rating ■ cable racks ■ bolts ■ cover lock 4.5. Removal. Remove existing ground boxes and concrete aprons to at least 6 in. below the conduit level. Uncover conduit to a sufficient distance so that 901 bends can be removed and conduit reconnected. Clean the conduit in accordance with Item 618, "Conduit." Replace conduit within 5 ft. of the ground box. Remove old conductors and install new conductors as shown on the plans. Backfill area with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 5. MEASUREMENT This Item will be measured by each ground box installed or removed. 6. 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 "ITS Ground Box (Precast Concrete)" of the various types and sizes specified" or "ITS Ground Box (Polymer Concrete)" of the various types and sizes specified and for "Remove ITS Ground Box". 6.1. Furnish and Install. This price is full compensation for excavating and backfilling; constructing, furnishing and installing the ITS ground boxes and concrete aprons when required; and all labor, tools, equipment, materials, transportation, accessories, documentation, testing and incidentals. Conduit will be paid for under Item 618, "Conduit" and Special Specification 6016, "ITS Multi -Duct Conduit." Electrical conductors will be paid for under Item 620, "Electrical Conductors." 6.2. Remove. This price is full compensation for removing and disassembling ground boxes and concrete aprons; excavation, backfilling, and surface placement; removing old conductors; disposal of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. Cleaning of conduit is subsidiary to this Item. Conduit replaced within 5 ft. of the ground box will be subsidiary to this Item. 5 - 5 03-16 Statewide 324 CITY OF PEARLAND GENERAL CONSTRUCTION NOTES Citv of Pearland General Notes UTILITIES PRESENTED ON THESE DRAWINGS ARE SHOWN BASED ON THE BEST AVAILABLE INFORMATION. THE CONTRACTOR SHALL VERIFY THE EXACT LOCATIONS IN THE FIELD PRIOR TO COMMENCING CONSTRUCTION. THE CONTRACTOR SHALL NOTIFY TEXAS ONE CALL AT LEAST 48 HOURS BEFORE PROCEEDING WITH ANY EXCAVATION. THE CONTRACTOR SHALL BE RESPONSIBLE FOR DAMAGES TO EXISTING WATERLINE AND APPURTENANCES, WASTEWATER, STORM WATER LINES, PAVING, SIDEWALKS AND TRAFFIC CONTROL DEVICES. DAMAGES SHALL BE REPAIRED IN ACCORDANCE WITH THE CITY OF PEARLAND STANDARD AT NO ADDITIONAL COST. CONTRACTOR SHALL ADEQUATELY PROTECT EXISTING STRUCTURES, UTILITIES, TREES, SHRUBS, AND PERMANENT OBJECTS WHICH ARE NOT SCHEDULED TO BE REMOVED AS A PART OF THIS PROJECT. PRIOR TO THE REMOVAL OF ANY TREES A CLEAR AND GRUB PERMIT MUST BE OBTAINED FROM THE URBAN FORESTER 281.652.1983. THE CONTRACTOR SHALL NOT DUMP ANY DIRT OR OTHER MATERIALS ONTO A PROPERTY OUTSIDE OF THE BOUNDARY OF THE PERMITTED PROJECT AND WITHIN THE CITY OF PEARLAND CITY LIMITS WITHOUT A VALID DEVELOPMENT/GRADING PERMIT. IF SUCH DUMPING OCCURS WITHOUT A VALID PERMIT, THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR THE REMOVAL OF ANY DISCARDED DIRT OR OTHER MATERIALS TO AN APPROVED LOCATION AT THE CONTRACTOR EXPENSE. ON SITE MECHANICAL SWEEPERS (ROAD BROOM) IS REQUIRED FOR THE PROJECTS HAULING DIRT TO AND FROM THE SITE IN EXCESS OF 120 CUBIC YARDS PER DAY. ALL PAVEMENT TO BE REMOVED, INCLUDING CONCRETE DRIVEWAYS AND SIDEWALKS, THE PAVEMENT SHALL BE SAWCUT TO FULL DEPTH PRIOR TO REMOVAL. ALL WORK WITHIN CITY OF PEARLAND RIGHTS-OF-WAY OR PUBLIC EASEMENTS SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE CITY OF PEARLAND SPECIFICATIONS, ACCEPTED STANDARDS AND APPROVED DETAILS. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND UNDERSTANDING ALL RELEVANT INFORMATION PRIOR TO CONSTRUCTION. CONTRACTOR SHALL CONTACT THE CITY OF PEARLAND CHIEF ENGINEERING INSPECTOR (JAMES NESTER) AT 281.851.2314 TO EITHER SCHEDULE OR NOTIFY HIM OF A 325 CITY OF PEARLAND of Pearland General Notes PREVIOUSLY SCHEDULED PRE -CONSTRUCTION MEETING. THE PRE - CONSTRUCTION MEETING SHALL BE HELD A MINIMUM OF 48 HOURS PRIOR TO THE START OF CONSTRUCTION. ADEQUATE DRAINAGE SHALL BE MAINTAINED AT ALL TIMES DURING CONSTRUCTION AND ANY DAMAGE TO DITCH OR STRUCTURES DISTURBED DURING CONSTRUCTION SHALL BE RESTORED TO EXISTING CONDITION OR BETTER. 9. CONSTRUCTION SHALL COMPLY WITH LATEST EDITION OF OSHA REGULATIONS AND THE STATE OF TEXAS LAWS CONCERNING EXCAVATION. ALL WORKS, SERVICES, AND LABOR SHALL CONFORM TO THE RULES AND REGULATIONS OF THE CITY OF PEARLAND. 10. THE CONTRACTOR SHALL NOTIFY THE LOCAL AUTHORITY OR GOVERNING AGENCY OF THE BEGINNING DATE OF CONSTRUCTION AND SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO SEE THAT NO WORK IS DONE WITHOUT THE PROPER INSPECTIONS AND PERMITS BY THE LOCAL AUTHORITY OR GOVERNING AGENCY. 11. THE CONTRACTOR SHALL VERIFY THE DIMENSIONS SHOWN ON THE CONSTRUCTION PLANS WITH THOSE MEASURED IN THE FIELD PRIOR TO COMMENCING CONSTRUCTION. ANY DISCREPANCY SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER IMMEDIATELY. 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL PERMITS UNLESS NOTIFIED TO OTHERWISE. 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SAFEGUARDING AND PROTECTING ALL MATERIALS AND EQUIPMENT STORED ON THE JOB SITE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STORAGE OF MATERIALS IN A SAFE AND GOOD WORKMANLIKE MANNER TO PREVENT INJURIES, DURING AND AFTER WORKING HOURS, UNTIL PROJECT COMPLETION. 14. AT THE END OF ALL CONSTRUCTION PROJECTS, THE CONTRACTOR SHALL RESTORE THE EXISTING FACILITIES, IE THE PROPERTY, EQUAL TO OR GREATER THAN EXISTING SITE CONDITIONS PRIOR TO CONSTRUCTION. ALL AREAS DISTURBED ALONG THE SITE SHALL BY HYDROMULCHED SEEDED IN ACCORDANCE WITH SPECIFICATION UNLESS OTHERWISE NOTED. 326 CITY OF PEARLAND Citv of Pearland General Notes 15. MINIMIZE AND CONTROL SPREADING OF DUST AND FLYING PARTICLES, AS REQUIRED BY GOVERNING REGULATIONS. USE TEMPORARY ENCLOSURES AND OTHER SUITABLE METHODS SUCH AS WATERING TO PREVENT THE SPREAD OF DUST, DIRT, AND DEBRIS. 16. ALL WORKS SHALL BE CONDUCTED WITHIN THE RIGHT-OF-WAY AND/ OR EASEMENTS SHOWN UNLESS OTHERWISE APPROVED BY THE OWNER OR ENGINEER. 17. NO EXCAVATION AREA SHALL BE LEFT OPEN DURING NON -WORKING HOURS. ALL UNATTENDED EXCAVATION OVER 2 FEET IN DEPTH SHALL BE PROTECTED BY BRIGHT ORANGE SAFETY FENCING DURING NORMAL WORKING HOURS AND COVERED SECURELY IF LEFT OPEN AFTER HOURS. 18. THE CONTRACTOR IS NOT AUTHORIZED TO OPERATE WATER/SANITARY INFRASTRUCTURE UTILITIES, OWNED OR OPERATED BY THE CITY OF PEARLAND. CONTRACTOR SHALL CONTACT THE CITY OF PEARLAND PUBLIC WORKS DEPARTMENT TO REQUEST CITY OF PEARLAND PUBLIC WORKS AUTHORIZED PERSONNEL TO PERFORM ALL UTILITY OPERATIONS. 19. THE CONTRACTOR SHALL NOT OBTAIN WATER FROM THE CITY OF PEARLAND FIRE HYDRANTS OR OTHER SOURCES FROM THE DISTRIBUTION SYSTEM WITHOUT PRIOR PERMISSION. CONTRACTOR MAY OBTAIN WATER FROM THE CITY OF PEARLAND PUBLIC WORKS SERVICE CENTER AT THE LOCATION DESIGNATED BY THE OWNER. 20. CONTRACTOR SHALL MAINTAIN ACCESS TO RESIDENTIAL AND COMMERCIAL PROPERTIES ADJACENT TO THE WORK AREA AT ALL TIMES. 21. THE CONTRACTOR SHALL OBTAIN APPROVAL ON INGRESS/EGRESS ROUTES, HAULING ROUTES, ETC. FROM THE CITY AND BRAZORIA COUNTY. 22. THE WORK AREA SHALL BE BARRICADED AND ILLUMINATED DURING DARKNESS AND PERIOD OF INACTIVITY, WHEN IN AN AREA DIRECT PUBLIC ACCESS, AND AS DIRECTED BY THE CITY. 23. THE LOADING AND UNLOADING OF ALL PIPE, VALVES, FIRE HYDRANTS, MANHOLES AND OTHER ACCESSORIES SHALL BE IN ACCORDANCE WITH THE MANUFACTURER'S RECOMMENDED PRACTICES AND SHALL AT ALL TIMES BE PERFORMED WITH CARE TO AVOID ANY DAMAGE TO THE MATERIAL. THE 327 CITY OF PEARLAND of Pearland General Notes CONTRACTOR SHALL LOCATE AND PROVIDE THE NECESSARY STORAGE AREAS FOR THE MATERIALS AND EQUIPMENT. 24. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE SHIPPING AND STORAGE OF ALL MATERIALS. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO EXAMINE SUCH MATERIAL AT THE POINT OF DELIVERY AND TO REJECT ALL DEFECTIVE MATERIAL. ANY DEFECTIVE MATERIAL INCORPORATED INTO THE WORK SHALL BE REMOVED AND REPLACED AT THE CONTRACTOR'S EXPENSE. THERE SHALL BE NO PAYMENT MADE FOR STORED MATERIAL. 25. SEE THE STORM WATER POLLUTION PREVENTION PLAN FOR ADDITIONAL ENVIRONMENTAL NOTES AND DETAILS. 26. IRON RODS DISTURBED DURING CONSTRUCTION ARE TO BE REPLACED BY A REGISTERED PROFESSIONAL LAND SURVEYOR FOR THE ORIGINAL PROPERTY OWNER AT NO SEPARATE PAY. 27. MOWING, MAINTENANCE AND CLEAN-UP OF THE PROJECT SHALL MEET THE REQUIREMENT OF SPECIFICATION ITEMS 02200 - SITE PREPARATION AND 01140 - CONTRACTOR'S USE OF PREMISSES (NO SEPARATE PAY). MOWING, MAINTENANCE AND CLEAN-UP IS REQUIRED FOR THE PROJECT LIMITS AND DURATION, REGARDLESS OF THE CONTRACTOR'S SCOPE OF ACTIVITIES WITH THE PROJECT. 28. ON ALL PAVEMENT TO BE REMOVED, INCLUDING CONCRETE DRIVEWAYS AND SIDEWALKS, THE PAVEMENT SHALL BE SAWCUT TO FULL DEPTH PRIOR TO REMOVAL. STORM AND DRAINAGE 1. STORM SEWER SYSTEM SHALL BE CONSTRUCTED IN ACCORDANCE WITH THE CITY OF PEARLAND STANDARD SPECIFICATION. 2. STORM SEWER MANHOLES AND INLETS SHALL BE BUILT ACCORDING TO THE CITY OF PEARLAND DESIGN STANDARDS AS CURRENTLY AMENDED. 3. THE FINAL ELEVATION OF STORM SEWER MANHOLE RIMS SHALL BE AT FINISHED GRADE. PLAN RIM ELEVATIONS ARE APPROXIMATE AND ARE NOT INTENDED TO REPRESENT FINISHED GRADES. 4. EXISTING STORM MANHOLES SHALL BE ADJUSTED TO INCLUDE NEW CITY OF PEARLAND RING AND COVERS. THIS WORK SHALL BE PERFORMED PER ITEM 02633 - ADJUSTING MANHOLES, INLETS AND VALVE BOXES. 4 328 CITY OF PEARLAND City of Pearland General Notes 5. ALL CHANNEL OR SWALE SIDE SLOPES AND/OR OTHER AREAS REQUIRING SEEDING AS DETERMINED BY THE ENGINEER, TO BE HYDROMULCH SEEDED SANITARY SEWER SANITARY SEWERS SHALL BE BUILT ACCORDING TO THE CITY OF PEARLAND DESIGN STANDARDS AS CURRENTLY AMENDED AND THE T.C.E.Q. RULES AND DESIGN CRITERIA. 2. ALL MANHOLES MUST BE PRECAST IN ACCORDANCE WITH CITY OF PEARLAND DETAILS. BRICK MANHOLES ARE NOT ALLOWED. ALL SANITARY MANHOLES SHALL INCLUDE STAINLESS STEEL INFLOW PROTECTORS. 3. ALL SANITARY SEWER PIPES SHALL BE BEDDED AND BACKFILLED PER CITY OF PEARLAND STANDARD DETAILS, AS APPLICABLE. NO SEPARATE PAY. THE ENGINEER AND CITY OF PEARLAND SHALL BE NOTIFIED IMMEDIATELY IF WET SANDS ARE ENCOUNTERED. BACKFILL UNDER OR WITHIN 1 -FOOT OF EXISTING, PROPOSED OR FUTURE PAVEMENT SHALL BE CEMENT STABILIZED SAND UP TO 1' BELOW THE BOTTOM OF THE PAVING SUBGRADE. TEST REPORTS SHALL BE SUBMITTED PRIOR TO PLACEMENT OF PAVEMENT. 4. NO CONNECTIONS SHALL BE MADE TO THE EXISTING SANITARY SEWER LINES UNTIL ALL PROPOSED SEWER LINES HAVE BEEN THOROUGHLY CLEANED, TESTED AND APPROVED BY THE ENGINEER. THE ENGINEER AND THE CITY SHALL BE NOTIFIED AT LEAST 48 HOURS PRIOR TO THE CONTRACTOR CONNECTING TO ANY EXISTING SEWER LINES. 5. THE CONTRACTOR SHALL NOTIFY THE ENGINEER AND THE CITY OF PEARLAND ENGINEERING DEPARTMENT AT (281) 652-1646 AT LEAST 24 HOURS PRIOR TO PRESSURE AND DEFLECTION TESTS ON ALL SANITARY LINES. 6. ALL SANITARY SEWERS SHALL BE AIR TESTED PER SPECIFICATIONS. 7. DEFLECTION TESTS SHALL BE PERFORMED ON ALL FLEXIBLE AND SEMI-RIGID PIPE, EXCEPT SERVICE LEADS. THE TEST SHALL BE CONDUCTED AFTER THE FINAL BACKFILL HAS BEEN IN PLACE AT LEAST FOR 30 DAYS. NO PIPE SHALL EXCEED A DEFLECTION OF 5%. THE TEST IS TO BE RUN USING A MANDREL HAVING AN OUTSIDE DIAMETER EQUAL TO 95% OF THE AVERAGE INSIDE DIAMETER OF THE PIPE. THE MANDREL SHALL HAVE A MINIMUM OF 9 RUNNERS,.WITH THE CONTACT LENGTH OF EACH RUNNER EQUAL TO OR s 329 CITY OF PEARLAND of Pearland General Notes GREATER THAN THE PIPE'S NOMINAL DIAMETER. THE TEST SHALL BE PERFORMED WITHOUT MECHANICAL PULLING DEVICES. 8. ALL SANITARY SEWER MANHOLE RIMS SHALL BE SET 3 -INCHES ABOVE FINISHED GRADE WITHIN STREET R.O.W., OR WITHIN EASEMENTS. CLEAN FILL SHALL BE ADDED AND SLOPED AWAY FROM THE RIM FOR SURFACE WATER DRAINAGE. PLAN RIM ELEVATIONS ARE APPROXIMATE AND ARE NOT INTENDED TO REPRESENT FINISHED GRADES. COSTS FOR ALL ADJUSTMENTS, INCLUDING PRECAST CONE SECTIONS, AND PRECAST ADJUSTMENT RINGS, ARE TO BE INCLUDED IN THE UNIT PRICE FOR SANITARY SEWER MANHOLES. BRICKS ARE NOT ALLOWED. ALL EXISTING/PROPOSED MANHOLE RIMS WITHIN THE SIDEWALK SHOULD BE FLUSH WITH GRADE. SEALED MANHOLES ARE REQUIRED FOR MANHOLES CONSTRUCTED IN 100 - YEAR FLOOD PLAIN. 10. SANITARY SEWER LINES PARALLEL TO WATER LINES SHALL BE INSTALLED WITH AT LEAST 9 -FOOT HORIZONTAL AND 2 -FOOT VERTICAL CLEARANCE AND IN SEPARATE TRENCHES. THE SEWER SHALL BE LOCATED BELOW THE WATERLINE. 11. SANITARY SEWER LINES CROSSING WATER LINES MUST HAVE A FULL-LENGTH JOINT (18' NOMINAL) CENTERED AT THE CROSSING WITH A MINIMUM SEPARATION DISTANCE OF 6 INCHES. 12. ALL 6 INCH SANITARY SERVICE LEADS SHALL BE LAID WITH A MINIMUM GRADE OF 0.70%. 13. ALL SEWER LINES ENTERING MANHOLE AT A FLOW LINE HIGHER THAN 3'-0" ABOVE THE MANHOLE INVERT MUST BE PROVIDED WITH A DROP PIPE AND HAVE THE INVERT FILLETED. 14. SANITARY SEWER LATERAL SHALL NOT BE CONNECTED TO MANHOLE. 15. ACCESS TO MANHOLES WILL BE BY PORTABLE LADDER, AS STEPS ARE PROHIBITED. WATER MAIN WATER MAIN CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF PEARLAND STANDARD SPECIFICATION AND STANDARD DETAIL. 0 330 CITY OF PEARLAND City of Pearland General Notes 2. UNLESS OTHERWISE NOTED, ALL WATER LINES SHALL HAVE A MINIMUM OF 4' OF COVER FOR THE WATERLINE DIAMETER LESS THAN 12 INCH AND 5' FOR 12 INCH AND LARGE PIPES TO FINISHED GRADE. ALL WATER LINES, AFTER INSTALLATION, SHALL BE THOROUGHLY DISINFECTED ACCORDING TO AWWA SPECIFICATION C-651 AND THEN FLUSHED BEFORE BEING PLACED INTO SERVICE. 4. NOTIFY THE CITY WHEN SYSTEM IS PRESSURE TESTED AND DISINFECTED. THE CITY WILL TAKE ALL SAMPLES FOR BACTERIOLOGICAL TESTING AS REQUIRED BY TCEQ. ALL WATER LINES ARE TO BE HYDROSTATICALLY TESTED BY THE CONTRACTOR AT 125 P.S.I. IN ACCORDANCE WITH THE CITY OF PEARLAND DESIGN STANDARDS. CONTRACTOR SHALL NOTIFY CHIEF ENGINEERING INSPECTOR AT (281) 652-1646 OF THE CITY OF PEARLAND ENGINEERING DEPARTMENT AT LEAST 24 HOURS PRIOR TO THE HYDROSTATIC TESTS. 6. ALLOWABLE WATER LINE PIPE MATERIAL: SEE SPECIFICATION SECTION 02510. 7. CONCRETE THRUST BLOCKS SHALL BE PROVIDED AT ALL UNDERGROUND TEES, BENDS AND LATERALS. THEY SHALL BE BUILT AS PER THE DETAILS PROVIDED TO PREVENT PIPE MOVEMENT. RESTRAINED JOINTS SHALL BE USED WHERE PREVENTING MOVEMENT OF 16 -INCH DIAMETER OR GREATER PIPE IS NECESSARY DUE TO THRUST OR WHERE SPECIFIED ON PLANS. 8. ALL WATER VALVES SHALL OPEN COUNTER -CLOCKWISE. ALL WATER VALVES SHALL BE SUPPLIED AND INSTALLED IN ACCORDANCE WITH LATEST EDITION OF AWWA C-500 AND SHALL BE OF THE RESILIENT SEAT TYPE. 9. ALL BELOW GRADE VALVES SHALL BE GASKETED, HUB -END GATE VALVES WITH A CAST IRON BOX, EXCEPT WHERE FLANGES ARE CALLED OUT ON THE PLANS. 10. ALL FLANGES BELOW GRADE SHALL BE INSULATED. 11. ALL WATER LINES SHALL BE BEDDED AND BACKFILLED PER CITY OF PEARLAND STANDARD DETAILS, AS APPLICABLE. BACKFILL UNDER OR WITHIN 1 -FOOT OF PROPOSED PAVEMENT SHALL BE CEMENT STABILIZED SAND UP TO 1' BELOW THE BOTTOM OF THE SUBGRADE. TEST REPORTS SHALL BE SUBMITTED PRIOR 331 CITY OF PEARLAND of Pearland General Notes TO PLACEMENT OF PAVEMENT. THE COST OF BEDDING AND BACKFILL IS TO BE INCLUDED IN THE UNIT PRICE OF WATER LINE. 12. CONTRACTOR SHALL PROVIDE FOR A MINIMUM OF 6 INCHES CLEARANCE AT THE STORM SEWER AND WATERLINE CROSSINGS AND THE SANITARY SEWER AND WATERLINE CROSSINGS. THE WATERLINE SHALL BE LOCATED AT A HIGHER LEVEL THAN THE SEWER WHENEVER POSSIBLE. 13. NECESSARY PRECAUTIONS MUST BE TAKEN DURING WATER LINE CONSTRUCTION, PER AWWA STANDARDS. PRECAUTIONS INCLUDE KEEPING THE PIPE CLEAN AND COPING OR OTHERWISE EFFECTIVELY COVERING OPEN PIPE ENDS TO EXCLUDE INSECTS, ANIMALS OR OTHER SOURCES OF CONTAMINATION FROM UNFINISHED PIPELINES AT TIMES WHEN CONSTRUCTION IS NOT IN PROGRESS. 14. NO CONNECTIONS SHALL BE MADE TO THE EXISTING WATER LINES UNTIL ALL PROPOSED WATER LINES HAVE BEEN THOROUGHLY CLEANED, TESTED AND APPROVED BY THE ENGINEER AND THE CITY OF PEARLAND. THE CONTRACTOR SHALL NOTIFY THE ENGINEER AND THE CITY OF PEARLAND AT LEST 48 HOURS PRIOR TO CONNECTING TO ANY EXISTING WATER LINES. 15. THE CENTER OF FIRE HYDRANTS ARE TO BE LOCATED 3'-0" BEHIND THE BACK OF CURB AND AS SHOWN ON PLANS. THE STEAMER NOZZLE SHALL BE A MINIMUM OF 22 (AND A MAXIMUM OF 24) INCHES ABOVE FINISHED GRADE AND SHALL FACE THE STREET PAVEMENT UNLESS OTHERWISE SHOWN. ALL FIRE HYDRANTS SHALL BE PAINTED IN ACCORDANCE WITH THE CITY OF PEARLAND STANDARDS. 16. THE CONTRACTOR SHALL SALVAGE AND RETURN ALL FIRE HYDRANTS REMOVED DURING CONSTRUCTION TO THE CITY OF PEARLAND PUBLIC WORKS DEPARTMENT. THIS WORK IS INCIDENTAL TO ITEM 02200 - SITE PREPARATION. 17. WATERLINES TO BE ABANDONED IN PLACE SHALL BE PERFORMED IN ACCORDANCE WITH SPECIFICATION SECTION - 02510. THIS WORK SHALL BE INCIDENTAL TO SECTION 02200 - SITE PREPARATION. TRAFFIC CONTROL CONTRACTOR SHALL PROVIDE AND INSTALL TRAFFIC CONTROL DEVICES IN CONFORMANCE WITH PART VI OF TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD-LATEST EDITION WITH REVISIONS) DURING CONSTRUCTION. 332 CITY OF PEARLAND City of Pearland General Notes 2. OFF DUTY POLICE OFFICERS/FLAGGERS ARE REQUIRED TO DIRECT TRAFFIC WHEN LANES ARE BLOCKED. 3. CONTRACTOR SHALL COVER EXCAVATIONS WITH STEEL PLATES ANCHORED PROPERLY DURING NON -WORKING HOURS AND ALLOW NORMAL TRAFFIC FLOW. 4. APPROVED COPIES OF "TRAFFIC CONTROL PLANS" SHALL BE AVAILABLE FOR INSPECTION AT ALL TIMES. 5. IF CONTRACTOR CHOOSES TO USE DIFFERENT METHODS OF TRAFFIC CONTROL DURING THE CONSTRUCTION THAN THOSE OUTLINED IN THE CONTRACT DRAWINGS, (S)HE SHALL BE RESPONSIBLE TO PREPARE AND SUBMIT ALTERNATE PLANS TO TRAFFIC SECTION OF THE CITY OF PEARLAND FOR APPROVAL TEN (10) WORKING DAYS PRIOR TO IMPLEMENTATION. THOSE PLANS SHALL BE DRAWN TO SCALE AND SIGNED AND SEALED BY AN ENGINEER LICENSED IN THE STATE OF TEXAS. PLANS WILL BECOME A PART OF THE CONTRACT DRAWINGS. 6. THE TRAFFIC CONTROL MEASURES PROVIDED ON THE TRAFFIC CONTROL PLANS REPRESENT MINIMUM REQUIREMENTS. THE CONTRACTOR SHALL MODIFY THE TRAFFIC CONTROL PLANS AS DESCRIBED IN THE NOTES ABOVE AND/OR SHALL PROVIDE ADDITIONAL MEASURES AS REQUIRED BY THE FIELD CONDITIONS OR AS DIRECTED BY THE ENGINEER. ALL WORK ASSOCIATED WITH TRAFFIC CONTROL SHALL BE INCIDENTAL TO ITEM 01555 -TRAFFIC CONTROL AND REGULATION/ FLAGGERS. 7. THE CONTRACTOR SHALL OBTAIN NECESSARY APPROVALS FROM TXDOT FOR ANY TRAFFIC CONTROL AND OTHER WORK PERFORMED WITHIN THE TXDOT RIGHT-OF-WAY. 333 CITY OF PEARLAND TxDOT GENERAL NOTES County: Brazoria Highway: McHard Rd General Notes: General: Control: 0912-31-290 If fixed features require, the governing slopes shown may vary between the limits shown and to the extent determined by the Engineer. Notify the Engineer immediately if discrepancies are discovered in the horizontal control or the benchmark data. ' The following standard detail sheets are modified: Modified Standards ' Excavation & Backfill Diagrams E&BD (HOU DIST) References to manufacturer's trade name or catalog numbers are for the purpose of identification only. Similar materials from other manufacturers are permitted if they are of equal quality, comply with the specifications for this project, and are approved, except for roadway illumination, electrical, and traffic signal items. ' The cost for materials, labor, and incidentals to provide for traffic across the roadway and for ingress and egress to private property in accordance with Section 7.2.4 of the standard specifications is subsidiary to the various bid items. Restore access roadways to their original condition upon completing construction. Grade street intersections and median openings for surface drainage. If a foundation is to be placed where a riprap surface or an asphalt concrete surface presently exists, use caution in breaking out the existing surface for placement. Break out no greater area than is required to place the foundation. After placing the foundation, wrap the periphery with 0.5 in. pre -molded mastic expansion joint. Then replace the remaining portion of the broken out surface with Class A or Class C concrete or cold mix asphalt concrete to the exact slope, pattern, and thickness of the existing riprap or asphalt. Payment for breaking out the existing surface, wrapping the foundation, and replacing the surface is subsidiary to the various bid items. I The lengths of the posts for ground mounted signs are approximate. Verify the lengths before j ordering these materials to meet the existing field conditions and to conform to the minimum sign mounting heights shown in the plans. Furnish aluminum Type A signs instead of plywood signs for signs shown on the Summary of Small Signs sheet. General Notes Sheet A 334 ICITY OF PEARLAND T%DOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Clearly mark or highlight on the shop drawings, the items being furnished for this project. ' Submit required shop drawings in accordance with the shop drawing distribution list shown in the note for Item 5 for review and distribution. Right of way parcels or utility adjustments shown to be unclear on the plans but not listed on the special provisions will have no effect on construction. ' Make requests for additional soil information for this project at the City Engineer's office (City of Pearland). ' Unless otherwise shown on the plans or otherwise directed, commence work after sunrise and ensure construction equipment is off the road by sunset. Procure permits and licenses, which are to be issued by the City, County, or Municipal Utility ' District. Any groundwater elevation information provided is representative of conditions existing on the ' day when and for the specific location where this information was collected. The actual groundwater elevation may fluctuate with time, climatic conditions, and construction activity. General: Roadway Illumination and Electrical For roadway illumination and electrical items, use materials from pre -qualified producers as shown on the Construction Division (CST) of the Department's material producers list. Check the latest link on the TxDOT website for this list. The category/item is "Roadway Illumination and Electrical Supplies." No substitutions will be allowed for materials found on this list. Pull boxes and warning tape to be furnished by CenterPoint Energy upon Contractor's request, or Contractor may obtain warning tape and pull boxes of approved equal material and design. Obtaining and installing the pull boxes and warning tape shall be considered subsidiary to installation of the conduit. Installation of luminaires to be installed by others. Perform electrical work in conformance with the National Electrical Code (NEC) and Department standard sheets. General: Traffic Signals For traffic signal items, use materials from the Pre -Qualified Producers List (located at http://www.dot.state.tx.us/GSD/Turchasinglsops.htm) and the materials pre -qualified for illumination and electrical items (located at http:Hftp.dot.state.tx.us/pub/txdot- info/cmd/mpl/riaes.pdf) as shown on the Department's Material Producers List and the Roadway General Notes Sheet B 335 CITY OFPEARLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Illumination and Electrical Supplies List. Check the latest links on the TxDOT website for these lists. No substitutions will be allowed for materials found on these lists. General: Site Management Mark stations every 100 ft. and maintain the markings for the project duration. Remove the station markings at the completion of the project. This work is subsidiary to the various bid items. Do not mix or store materials, or store or repair equipment, on top of concrete pavement or bridge decks unless authorized by the Engineer. Permission will be granted to store materials on surfaces if no damage or discoloration will result. Personal vehicles of employees are not permitted to park within the right of way, including sections closed to public traffic. Employees may park on the right of way at the Contractor's office, equipment, and materials storage yard sites. Assume ownership of debris and dispose of at an approved location. Do not dispose of debris on private property unless approved in writing by the Engineer. General: Traffic Control and Construction Schedule construction operations such that preparing individual items of work follows in close sequence to constructing storm drains in order to provide as little inconvenience as practical to the businesses and residents along the project. Schedule work so that the base placement operations follow the subgrade work. as closely as practical to reduce the hazard to the traveling public and to prevent undue delay caused by wet weather. This project requires extensive grading operations in an environmentally sensitive area. If relocating mailboxes, place them with the post firmly in the ground at nearby locations. Upon completing the project, the Engineer will locate the final mailbox placement. Perform this work in accordance with the requirements of the Item, "Mailbox Assemblies," except for measurement -and payment. This work is subsidiary to the various bid items. If fences cross construction easements shown on the plans and work is required beyond the fences, remove and replace the fences as directed. This work and the materials are subsidiary to the various bid items. When design details are not shown on the plans, provide signs and arrows conforming to the latest "Standard Highway Sign Designs for Texas" manual. General Notes Sheet C 336 ICITY OF PEARLAND T%DOT GENERAL NOTES County: Brazoria Highway: McHard Rd General: Utilities Control: 0912-31-290 Consider the locations of underground utilities depicted in the plans as approximate and employ responsible care to avoid damaging utility facilities. Depending upon scope and magnitude of planned construction activities, advanced field confirmation by the utility owner or operator may be prudent. Where possible, protect and preserve permanent signs, markers, and designations of underground facilities. If the Contractor damages or causes damage (breaks, leaks, nicks, dents, gouges, etc.) to the utility, contact the utility facility owner or operator immediately. Notify the Engineer at least 48 hours before constructing junction boxes at storm drain and utility intersections. Install or remove poles and luminaires. located near overhead or underground electrical lines using established industry and utility safety practices. Consult the appropriate utility company before beginning such work. If overhead or underground power lines need to be de -energized, contact the electrical service provider to perform this work. Costs associated with de -energizing the power lines or other protective measures required are at no expense to the Department. If working near power lines, comply with the appropriate sections of Texas State Law and Federal Regulations relating to the type of work involved. Perform electrical work in conformance with the National Electrical Code (NEC) and Department standard sheets. Item 7: Legal Relations and Responsibilities The total area disturbed for this project is 63 acres. The disturbed area in this project, the project locations in the Contract, and Contractor project specific locations (PSLs) within 1 mile of the project limits for the Contract, will further establish the authorization requirements for storm water discharges. The Department will obtain an authorization to discharge storm water from the Texas Commission on Environmental Quality (TCEQ) for the construction activities shown on the plans. The Contractor is to obtain required authorization from the TCEQ for Contractor PSLs for construction support activities on or off the ROW. When the total area disturbed in the Contract and PSLs within 1 mile of the project limits exceeds 5 acres, provide a copy of the Contractor NOI for PSLs on the ROW to the Engineer (to the appropriate MS4 operator when on an off -state system route) and to the local government that operates a separate storm drain system. Before construction begins on this project, obtain a copy of the complete U.S. Army Corps of Engineers Individual Permit Number SWG-2016-00478 at the City Engineer's office General Notes Sheet D Mri CITY OF PEARLAND T%DOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Maintain the roadway slope stability. Maintaining slope stability is subsidiary to the various bid items. The nesting / breeding season for migratory birds is March 1 through August 30. Conduct any tree removal outside of the migratory bird nesting season. If this is not possible due to scheduling, then exercise caution to remove only those trees with no active nests. Do not destroy nests on structures or in trees within the project limits during the nesting / breeding season. Take measures to prevent the building of nests on any structures or trees within the project limits throughout the duration of the construction if work / removal will be performed during the nesting / breeding season. This can be accomplished by application of bird repellent gel, netting by hand every 3 to 4 days, or any other non -threatening method approved by the Houston District Environmental Section. Obtain this approval well in advance of the planned use. Contact the Houston District Environmental Section at 713-802-5885. The cost of this work is subsidiary to the various bid items. Item 110: Excavation If manipulating the excavated material requires moving the same material more than once to accomplish the desired results, the excavation is measured and paid for only once regardless of the manipulation required. Transition the ditch grades and channel bottom widths at structure locations. Use only approved channel excavation in the embankment. The total excavation quantity shown on the plans includes the quantity for excavating to 2 ft. behind the back of the proposed curb. Item 132: Embankment If salvaged base is used for the embankment material, break it into small pieces to achieve the required density and to facilitate placing in the embankment. Obtain approval of the material before placing in the embankment. Furnish Type C material with a maximum Liquid Limit (LL) of 65, a minimum Plasticity Index (PI) of 5, and composed of suitable earth material such as loam, clay, or other materials that form a suitable embankment. The embankment material used on the project which has a Liquid Limit exceeding 45 will be tested for Liquid Limits at the rate of one test per 20,000 cu. yd. or per total quantity less than 20,000 cu. yd., unless otherwise directed. Only use material that passes the above tests. General Notes Sheet E 338 CITY OFPEARLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Provide a finished grade with the top 4 in. capable of sustaining vegetation. Use fertile soil that is easily cultivated, free from objectionable material and highly resistant to erosion. This work is paid under the Item, "Topsoil." Item 360: Concrete Pavement Where the pavement curb is left off for a later tie, provide the dowels or the tie bars as indicated on the paving detail sheets. The dowel bars and tie bars are subsidiary to the various bid items. Repair portions of the concrete pavement surfaces that are damaged while in a plastic state before that area receives permanent pavement markings and opens to traffic. Perform repairs that are structurally equivalent to and cosmetically uniform with the adjacent undamaged areas. Do not repair by grouting onto the surface. On pavement widening, hand finishing in place of the longitudinal float will be permitted. Where existing pavement is widened with new pavement, place the new pavement a minimum of 2 ft. wide. Equip the batching plants to proportion by weight, aggregates and bulk cement, using approved proportioning devices and approved automatic scales. For mono curb, the curb height transitions will be paid at the contract unit price of the larger curb height in the transition. High -early strength cement may be used for frontage road and city street intersection construction. Do not use limestone dust of fracture as fine aggregate. If the concrete design requires greater than 5.5 sacks of cementitious material per cubic yard, obtain written approval. If placing concrete pavement mixes from April 1 to October 31, inclusive, use Mix Design Option 1 as specified in Section 421.4.2.6.1. Perform saw cutting as shown on the plans in accordance with Section 360.4.10, "Sawing Joints." This saw cutting is subsidiary to this bid Item. Complete the entire Fast Track Concrete construction process, from the time the Fast Track Work Area is closed to traffic, to the time the Fast Track Work Area is opened to traffic. The Fast Track operation includes, but is not limited to, traffic control, existing pavement and subgrade removal, preparation of subgrade, placement of steel, placement of Fast Track concrete pavement, cure time, striping, etc. Perform work in the Fast Track Work Area in an expeditious manner, within the allowable time period for any area shown below: General Notes Sheet F 339 CITY OF PEARLAND T%DOT GENERAL NOTES County: Brazoria Highway: McHard Rd Control: 0912-31-290 Fast Track Work Area Allowable Duration 1. McHard Rd/ Stone Rd Intersection: 2 week days maximum Failure to perform any Fast Track Work Area construction within the above time frames will be cause for the Engineer to require the Contractor to shut down all other construction operations to ensure all resources are directed toward the completion of the Fast Track operation. This shutdown will remain in force until the Fast Track operation is complete. Such a shutdown will not warrant additional time, time suspension, or any additional costs to the Department. Unless otherwise directed in writing, provide Class HES concrete with a minimum average flexural strength of 425 psi or a minimum average compressive strength of 3,000 psi in 16 hours. When directed in writing, open the pavement to traffic before the minimum requirements have been attained. When needed, place and remove forms in accordance with Section 360.4.5, except do not remove forms until at least 6 hours after concrete has been placed. The time for the form removal may be extended with the direction of the Engineer if weather or other conditions make it advisable. Sprinkling and rolling, required for the compaction of the rough subgrade in advance of fine - grading are subsidiary to this Item. Maintenance of a moist condition of the subgrade in advance of fine -grading and concrete is subsidiary work, as provided above. Item 416: Drilled Shaft Foundations Include the cost for furnishing and installing anchor bolts mounted in the drilled shafts in the unit bid price for the various diameter drilled shafts. The City may test using ultrasonic methods the anchor bolts for overhead sign supports, light standards, and traffic signal poles after they are installed. Replace faulty anchor bolts as directed. Do not weld the anchor bolts. For 30' double arm street light pole foundations, use class C concrete with a maximum aggregate size of 3/4'. Item 465: Junction Boxes, Manholes, and Inlets If required on the plans, build manholes and inlets to stage 1 construction, cover with temporary pavement, and complete in a later phase of construction. This temporary covering and pavement are subsidiary to the various bid items. Construct manholes and inlets in graded areas, first to an elevation at least 4 in. above the top of the highest entering pipe and cover with a wooden cover. Complete the construction of such General Notes Sheet G 340 CITY OF PEARLAND TzDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd manholes and inlets to the finished elevation when completing the grading work for such manholes and inlets. Adjust the final elevation, if required, since this elevation is approximate. Construct manholes and inlets in paved areas to an elevation so their temporary wooden covers are flush with the surface of the base material. Do not leave excavations or trenches open overnight. Construct junction boxes per TXDOT specifications but follow details provided in plans for each size, specified by City of Pearland description code. Item 506: Temporary Erosion, Sedimentation, and Erosion Controls A Storm Water Pollution Prevention Plan (SWP3) is required. Since the disturbed area is more than 5 acres, a "Notice of Intent" (NOI) is also required. Use appropriate measures to prevent, minimize, and control the spill of hazardous materials in the construction staging area. Remove and dispose of materials in compliance with State and Federal laws. Before starting construction, review with the Engineer the SWP3 used for temporary erosion control as outlined on the plans. Before construction, place the temporary erosion and sedimentation control features as shown on the SWP3. Schedule the seeding or sodding work as soon as possible. The project schedule provides for a vegetation management plan. After completing earthwork operations, restore and reseed the disturbed areas in accordance with the Department's specifications for permanent or temporary erosion control. Implement temporary and permanent erosion control measures to comply with the National Pollution Discharge Elimination System (NPDES) general permit under the Clean Water Act. Before starting grading operations and during the project duration, place the temporary or permanent erosion control measures to prevent sediment from leaving the right of way. Item 618: Conduit When backfilling bore pits, ensure that the conduit is not damaged during installation or due to settling backfill material. Compact select backfill in 3 equal lifts to the bottom of the conduit; or if using sand, place it 2 in. above the conduit. Ensure backfill density is equal to that of the existing soil. Prevent material from entering the conduit. Construct bore pits a minimum of 5 ft. from the edge of the base or pavement. Close the bore pit holes overnight. General Notes Sheet H 341 CITY OFPEARLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Unless otherwise shown on the plans, install underground conduit a minimum of 24 in. deep. Install the conduit in accordance with the latest National Electrical Code (NEC) and applicable Department standard sheets. Place conduit under driveways or roadways a minimum of 24 in. below the pavement surface. If using casing to place bored conduit, the casing is subsidiary to the conduit. If placing the conduit under existing pavement to reach the service poles, bore the conduit in place and extend it a minimum distance of 5 ft. beyond the edge of shoulder or the back of curb. Where PVC, duct cable, and HDPE conduit 1 in. and larger is allowed and installed per Department standards, provide a PVC elbow in place of the galvanized rigid metal elbow required by the Electrical Details standards. Ensure the PVC elbow is of the same schedule rating as the conduit to which it is connected. Use only a flat, high tensile strength polyester fiber pull tape to pull conductors through the PVC conduit system. Remove conductor and conduit to be abandoned to 1 ft. below the ground level. This work is subsidiary to the various bid items. Do not use cast iron junction boxes in concrete traffic barriers and single slope traffic barriers. Use polymer concrete junction boxes in place of the cast iron junction boxes shown on standard sheets CTBI (3), CTBI (4), and SSCB (4). Mount the junction boxes flush (+ 0 in., - 1/2 in.) with the concrete surface of the concrete barrier. Use materials from pre -qualified producers as shown on the Department's Construction Division (CST) material producers list. Check the latest links on the TxDOT website for the list. The category is "Roadway Illumination and Electrical Supplies." The polymer concrete barrier box is subsidiary to Item 618, "Conduit." Item 620: Electrical Conductors Test each wire of each cable or conductor after installation. Incomplete circuits or damage to the wire or the cable are cause for immediate rejection of the entire cable being tested. Remove and replace the entire cable at no expense to the Department. Also test the replacement cable after installation. When pulling cables or conductors through the conduit, do not exceed the manufacturer's recommended pulling tensions. Lubricate the cables or conductors with a lubricant recommended by the cable manufacturer. For both transformer and shoe -base type illumination poles, provide double -pole breakaway fuse holders as shown on the Department's Construction Division (CST) material producers list. Check the latest link on the Department website for this list. The category is "Roadway Illumination and Electrical Supplies." The fuse holder is shown on the list under Items 610 and 620. Provide 10 Amp time delay fuses. General Notes Sheet I 342 CITY OF PEARLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Ensure that circuits test clear of faults, grounds, and open circuits. Split bolt connectors are allowed only for splices on the grounding conductors. For Roadside Flashing Beacon Assemblies (Item 685) and Pedestal Pole Assemblies (Item 687) within the project, provide single -pole breakaway disconnects as shown on the Construction Division (CST) material producers list. Check the latest link on the Department website for this list. The category is "Roadway Illumination and Electrical Supplies." The fuse holder is shown on the list under Item 685. For underground (hot) conductors, install a breakaway connector with a dummy fuse (slug). Provide dummy fuse (slug). For grounded (neutral) conductors, install a breakaway connector with a white colored marking and a permanently installed dummy fuse (slug). For electrical licensing and electrical certification requirements for this project, see Item 7 of the Standard Specifications and any applicable special provisions to Item 7. Item 624: Ground Boxes The ground box locations are approximate. Alternate ground box locations may be used as directed, to avoid placing in sidewalks or driveways. Ground metal ground box covers. Bond the ground box cover and ground conductors to a ground rod located in the ground box and to the system ground. Ground the existing metal ground box covers as shown on the latest standard sheet ED (4)-14. During construction and until project completion, provide personnel and equipment necessary to remove ground box lids for inspection. Provide this assistance within 24 hours of notification. Construct concrete aprons in accordance with the latest standard sheet ED (4)-14. Make the depth of the concrete apron the same as the depth of the ground box, except for Type 1 and Type 2 ground boxes. For Type 1 or Type 2 ground boxes, construct the concrete apron in accordance with details shown on the "Ground Box Details Installations" standard. Item 628: Electrical Services Verify and coordinate the electrical service location with the engineering section of the appropriate utility district or company. Identify the electrical service pole with an address number assigned by the Utility Service Provider. Provide 2 -in. numerals visible from the highway. Provide numbers cut out aluminum figures nailed to wood poles or painted figures on steel poles or service cabinets. General Notes Sheet J 343 CITY OF PEARLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Item 672: Raised Pavement Markers If other operations are complete on the project and if the curing time period is not yet elapsed, the contract time will be suspended until the curing is done. Before placing the raised pavement markers on concrete pavement, blast clean the surface using an abrasive -blasting medium. This work is subsidiary to the Item, "Raised Pavement Markers." Provide epoxy adhesive that is machine -mixed or nozzle -mixed and dispensed. Equip the machine or nozzle with a mechanism to ensure positive mix measurement control. Item 677: Eliminating Existing Pavement Markings and Markers Remove existing pavement markings on concrete or asphalt surfaces by flail milling or as directed. Item 680: Highway Traffic Signals Clearly mark or highlight on the shop drawings the items being furnished for this project. Furnish labor, tools, equipment, and materials as shown on the plans and specifications for a complete and operating signal installation. Furnish the type of controller cabinet specified on the plans. Refer to the table shown in the Departmental Material Specifications (DMS -11170, Fully Actuated, Solid -State Traffic Signal Controller Assembly), Section 11170.6.K, Type 4 cabinet, page 25 of 39, regarding the size of the cabinet, back panel configuration, and the size of the load bay. Use the following website to view this specification: hqp://www.txdot.jzov/business/resources/dms.html Complete traffic signal construction work, including correcting discrepancies shown on the Department inspector's "Traffic Signal Installation Inspection Report" before the beginning of the test period. Provide a full-time qualified traffic signal technician responsible for installing, maintaining, or replacing traffic signal devices. Staking in the field is subject to approval. Make adjustments in project construction, if needed, due to conflicts with underground utilities. Do not aim the luminaire arms mounted on traffic signal poles into the intersection. Aim each arm perpendicular to the centerline of the roadway it is intended to cover, to develop the proper illumination pattern for the intersection. Allow the electrical work to be inspected by the City. Complying with the provisions and requirements of the City electrical ordinance is required. General Notes Sheet K 344 CITY OF PEARLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Provide continuous conductors without splices from signal controller to signal heads. Route the conductors for luminaires to the service enclosure. Splices or attachments to the terminal block in the access compartment of the mast arm pole are not permitted except for the luminaire cable. Abrasions to the conductor insulation caused while pulling cable for the traffic signal system are cause for immediate rejection. Remove and replace the entire damaged cable at no expense to the Department. When pulling cables or conductors through conduit, do not exceed the manufacturer's recommended pulling tensions. Lubricate the cables or conductors with a lubricant as recommended by the cable manufacturer. Bond the controller housing, signal poles, conduit, and spans to a minimum No. 6 AWG stranded copper conductor. An equipment grounding conductor is required in every conduit to form a continuous grounding system. Effectively connect the grounding system to ground rods or concrete encased grounding electrodes as indicated in the plans. Wrap signal heads with dark plastic or suitable material to conceal the signal faces from the time of installation until placing into operation. Do not use burlap. Furnish signal heads from the same manufacturer. Use Type C High Specific Intensity grade sheeting for signs mounted under or adjacent to the signal heads. Furnish and attach compression type connectors. Install the connectors with a compression mechanical release hand -crimping tool to each individual conductor before making connections to the terminal strips. The Contractor may use ready mix concrete. Apply membrane curing on concrete work in accordance with Section 420.4.10.3, "Membrane Curing." The standard 4.5 -in. galvanized pipe type poles, except the breakaway type, are subject only to the Engineer's inspection for their acceptance. Mill test reports or documentation will not be required. Modify existing signals at Cullen Blvd. and Mykawa Road as shown on the Plans and Specifications for a complete and operating modified signal installation. Item 682: Vehicle and Pedestrian Signal Heads Install two set screws on vehicle signal head mounting hardware fittings. Furnish black housings for vehicle and pedestrian signals. Ensure the door and visor match the mast arm and pedestrian pole color. Furnish black vehicle signal head back plates. General Notes Sheet L 345 CITY OFPEA RLAND TxDOT GENERAL NOTES County: Brazoria Control: 0912-31-290 Highway: McHard Rd Item 686: Traffic Signal Pole Assemblies (Steel) For a steel mast arm or steel strain pole assembly, hold the anchor bolts and conduits rigidly in place with a welded steel template. Leave a minimum of one full diameter thread exposed on each anchor bolt securing a signal pole. Set the anchor bolts for the steel strain poles so that two are in compression and two are in tension. Use a Texas Cone Penetrometer reading of 10. The drilled shaft length is from the surface elevation to the bottom of the drilled shaft. Provide an additional length of the pole foundation from the surface level to the roadway level, if required for unusual locations. Provide the drilled shaft depth regardless of the length of the pole foundation. The pole foundation depth from the surface level to the roadway level is a maximum of 4 ft., or as approved. Locate mast arm pole assemblies a minimum of 4 ft. from the roadway curb or pavement edge. After the traffic signal pole assembly is plumb and the nuts are tight, tack -weld each anchor bolt nut in two places to its washer. Tack -weld each washer to the base plate in two places. Do not weld components to the bolt. Perform tack -welding in accordance with the Item, "Steel Structures." After tack -welding, repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5, "Repairs." The City may test the anchor bolts using ultrasonic methods for traffic signal poles after they are installed. Replace faulty anchor bolts as directed. Do not weld the anchor bolts. Item 688: Pedestrian Detectors and Vehicle Loop Detectors Provide pedestrian push buttons a minimum of 2 in. diameter in the smallest dimension. Install a rubber grommet or bushing between the push button assembly and the signal pole to protect the conductors. Provide a black tube loop detector wire as specified in the "International Municipal Signal Association, Inc." (IMSA) Specification No. 51-7, 1997. At intersections where a minimum of 10 ft. spacing between adjacent accessible pedestrian signal units is not possible, provide each accessible pedestrian pushbutton with the following features: a pushbutton locator tone, a tactile arrow, a speech walk message for the walking person indication and a speech pushbutton information message. Provide pedestrian push buttons a minimum of 2 in. diameter in the smallest dimension. General Notes Sheet M 346 CITY OF PEARLAND TxDOT GENERAL NOTES County: Brazoria Highway: McHard Rd Control: 0912-31-290 Install a rubber grommet or bushing between the push button assembly and the signal pole to protect the conductors. Item 6002: Video Imaging Vehicle Detection System Detector zone videotaping for this project will not be required. Supply 2 video channel VIVDS (Iteris) processor cards equipped with a NEMA TS2 detector interface and a 332 cabinet detector interface for a minimum of 4 detector outputs that are compatible with the City of Pearland NEMA TS2 Type 1 traffic signal controller. General Notes Sheet N 347 CITY OF PEARLAND SUMMARY OF WORK Section 01100 SUMMARY OF WORK 1.0 GENERAL 1.01 SECTION INCLUDES A A summary of the Work to be performed under this Contract, work by Owner, Owner furnished products, Work sequence, future Work, Contractor's use of Premises, and Owner occupancy. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A Work of the Contract is for the construction of. approximately 3.45 miles of a four (4) -lane divided, urban roadway along McHard Road, between Cullen Boulevard and Mykawa Road. This project will include the construction of a 10 - foot wide shared use path, storm sewer system and detention ponds, intersection signalization, roadway lighting conduit, fiber optic conduit, landscaping and irrigation, and installation of signs and pavement markings. 1.03 WORK BY OWNER A Owner shall acquire all Right -of -Way (ROW) required for this project. All other work, including permittng, shall be the responsibility of the Contractor. 1.04 OWNER FURNISHED PRODUCTS I1 1.05 WORK SEQUENCE A Remove items identified in the demolition plan, install storm sewers and detention ponds, grade swales, regrade ditches as necessary, install traffic signal and fiber optic conduit prior to any proposed pavement, construct pavement, shared use path, install traffic signal, lighting, landscaping and irrigation, and signing and pavement markings. B Contractor to submit project schedule to Engineer & Owner for approval as specified in Section 01350 — Submittals. C Contractor shall coordinate the Work with the Engineer and Owner as specified in Section 01310 - Coordination and Meetings. 1.06 FUTURE WORK 08/2016 A A proposed water line and sanitary sewer line are scheduled to be installed prior to the construction of this project. These utilities are being designed and will be 01100-1of2 348 CITY OF PEARLAND SUMMARY OF WORK bid under a separate Contract. The Roadway and Utility Contractors shall coordinate the construction schedules to avoid conflicts. 1.07 CONTRACTOR'S USE OF PREMISES A Comply with procedures for access to the site and Contractor's use of rights-of- way as specified in Section 01140 - Contractor's Use of Premises. B Contractor shall be responsible for all utilities required for construction. 1.08 OWNER OCCUPANCY A Cooperate with the Owner to minimize conflict, and to facilitate the Owner's operations. Coordinate Contractor's activities with Engineer. B Schedule Work to accommodate this requirement. 2.0 PRODUCTS -Not Used 3.0 EXECUTION -Not Used END OF SECTION 08/2016 01100-2of2 349/A NON -COLLUSION STATEMENT "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid." Vendor James Construction Group, LLC Address 222 Pennbright Drive - Suite 230 - Houston Texas 77090 281-350-3500 Phone Number 866-293-7671 Fax Number Email Address SAdair@prim.com Bidder (Signature) President Position with Company Signature of Company Official Authorizing This Bid Company Official (Printed Name) President Official Position OK Adair 41 Contractor Questionnaire Yes F] F12. No F./I Z9. 1. Has the City of Pearland or other governmental entity incurred costs as a result of contested change order(s) from the undersigned company? 2. Has the City of Pearland or other governmental entity been involved in litigation relative to contract performance with the undersigned company? 3. Has the undersigned company failed to meet bid specifications or time limits on other contracts? 4. Has the undersigned company abandoned a contract or refused to perform without legal cause after submitting a bid? 5. Has the undersigned company had bidding errors or omissions in two or more bid submissions within a thirty six (36) month period? 6. Has the undersigned company failed to perform or performed unsatisfactory on two or more contracts within a thirty six (36) month period? 7. Does the undersigned company have adequate equipment, personnel and expertise to complete the proposed contract? 8. Does the undersigned company have a record of safety violations in two or more contracts within a thirty six (36) month period? Does the undersigned have a criminal offense as an incident to obtaining or attempting to obtain a public or private contractor subcontract, or in the performance of such a contract or subcontract within a ten (10) year period? 10. Has the undersigned company been convicted of a criminal offense within a ten (10) year period of embezzlement, theft, bribery, falsification or destruction of records, receiving stolen property or any other offense indicating a lack of business integrity or business honesty which might affect responsibility as a municipal contractor? 11. Has the undersigned company been convicted of state or federal antitrust statutes within a ten (10) year period arising out of submission of bids or proposals? Has the undersigned company been disbarred or had a similar proceeding by another governmental entity? If you answered "yes" to Items 1-6 or 8-12 or answered "no" to Item 7, please attach a full explanation to this questionnaire. Company Name: James Construction Group, LLC Address: 222 Pennbright Drive - Suite 230 - Houston Texas 77090 Name: Scott Adair lease Print) Signature: Title: President � (Please Print) %V\W yDate: 0- �� REFERENCES Bidder must furnish, with this bid, a list of three (3) references from customers with a similar or larger operation as the City of Pearland. This document, or a similar version issued by your company, must be uploaded with your bid response. Company Name: Texas Department of Transportation Contact: LUCIO ORTIZ, PE Phone Number: 713.802.5481 Email Address: LUICO.ORTIZ@TXDOT.GOV LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT Company Name: Contact: MICHAEL VOSBERG Phone Number: 225-379-1232 Email Address: MICHAEL.VOSBERG@a LA.GOV Company Name: HARRIS COUNTY FLOOD CONTROL DISTRICT Contact: TYRONE CAMEL Phone Number: 713.684.4000 Email Address: TYRONE. CAM EL@a HCFCD.ORG CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the taw by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. !J Name of vendor who has a business relationship with local: governmental entity. James Construction Group, LLC 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) -3J Name of local government officer about whom the information is being disclosed. N/A Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. N/A A. is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F]Yes a No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F]Yes a No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A 6 ElCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described ' Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Scott Adair -President C2, kA ryAQu�Roac Sign tre of vendor doing business with the governmental entity Date Form provided by Texas. Ethics Commission www.ethics.state.tx.us Revised 1113012015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http:/Jwww.statutes.legis.state.tx.us/ Docs/LGPubm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a); "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state; or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12 -month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12 -month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, ora family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of; (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethicsstate.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE As of January 1, 2006, the Texas Local Government Code Chapter 176 requires all vendors and potential vendors who contract or seek to contract for the sale or purchase of property, goods, or services with any local government to complete and submit a Conflict of Interest Questionnaire. In filling out the questionnaire, the following are current City Council members and City employees who may either recommend or approve bid awards. City Council: Mayor Tom Reid Councilmember Tony Carbone Councilmember Adrian Hernandez Councilmember J. David Little Councilmember Gary Moore Councilmember Luke Orlando Councilmember Trent Perez Councilmember Woody Owens City Staff: City Manager Clay Pearson Director of Finance Cynthia Pearson Assist. Director of Finance Rhonda Daugherty Assist. Director of Finance John McCarter Project Manual for: McHard Road Extension Project Cullen Boulevard to Mykawa Road Volume 2 of 2 COP Project No.: TR1405 TxDOT Project No.: STP 2014(326) MM TxDOT CSJ: 0912-31-290 Bid No.: 1020-04 December 2019 Prepared By: N NMI� ICHOLS Freese and Nichols, Inc. 11200 Broadway Street Suite 2320 Pearland, TX 77584 TBPE Firm Registration No. 2144 GEOTECHNICAL INVESTIGATION PROPOSED MCHARD ROAD EXTENSION CULLEN BLVD. TO MYKAWA RD. PEARLAND, TEXAS Prepared for: FREESE WIM?NICHOLS 11200 Broadway St., Suite 2332 Pearland, Texas 77584 May 19, 2017 350 GEOTEST ENGINEERING, INC Geotechnicai Engineers & Materials Testing 5600 Bintliff Drive Houston, Texas 77036 Telephone: (713) 266-0588 Fax: (713) 266-2977 Report No. 1140215001 May 19, 2017 Joseph AHD Waring, P.E. Freese and Nichols, Inc. 10497 Town and Country Way, Suite 600 Houston, 'Texas 77024 Reference: Geotechnical Investigation McHard Road Extension City of Pearland, Texas CSJ: 0912-31-290 Dear Mr. Waring, Submitted herein is our final report of the geotechnical investigation performed for the referenced project. This report presents geotechnical recommendations for the design of drilled shaft and driven pile foundations for the traffic signals, pavement subgrade soil information, open cut excavation stability, groundwater control and bedding and backfill criteria for storm sewers and stable slope for the detention ponds. TxDOT WinCore logs were forwarded to you on April 4, 2016. Pavement recommendations for side streets were provided to you on May 24, 2016 and June 7, 2016. A draft report was submitted to you on August 2, 2016. A revised draft report was submitted to you on August 31, 2016. This final report supersedes all previously submitted reports, transmittals, etc. for the referenced project.. This study was authorized through subcontract for professional services agreement effective October 6, 2014 and a notice to proceed on November 18, 2015. We appreciate this opportunity to be of service to you on the referenced project. Please call us if you have any questions regarding this report, or if we can be of further assistance. Very truly yours, GEOTEST ENGINEERIN TBPE Registration No. F-41 Naresh Kolli, P.E. Project Engineer Mohan Ballagere, P.E. Vice President MB\FL\ego Copies Submitted (4+1-pdf) P08\Geotechnica1\4021500I F.DOC '!!�.!................ MOHAN BALLAGERE 87622 AICs=NSE• �`� 351 TABLE OF CONTENTS Page EXECUTIVESUMMARY.................................................................................... 1 1.0 INTRODUCTION 1.1 General.............................................................................................. 4 1.2 Project Description............................................................................ 4 1.3 Scope of Work.................................................................................. 5 2.0 FIELD EXPLORATION 2.1 General.............................................................................................. 7 2.2 Sampling Methods............................................................................ 7 2.3 Groundwater Observations............................................................... 8 2.4 Borehole Completion........................................................................ 8 2.5 Piezometer Installation...................................................................... 8 3.0 LABORATORY TESTING......................................................................... 9 4.0 GENERAL SITE CONDITIONS 4.1 Site Geology...................................................................................... 12 4.2 Geologic Faults................................................................................. 12 4.3 Existing Pavement........................................................................... 12 4.4 Subsurface Conditions...................................................................... 13 4.5 Groundwater Conditions................................................................... 15 5.0 GEOTECHNICAL RECOMMENDATIONS 5.1 Traffic Signal Foundation................................................................. 18 5.1.1 Recommended Foundation Types ........................................... 18 5.1.2 Minimum Embedment Requirement ....................................... 18 5.1.3 Axial Capacities of Drilled Shafts and Driven Piles ............... 19 5.1.4 Group Effects.......................................................................... 21 5.1.5 Settlement............................................................................... 21 5.1.6 Lateral Capacity...................................................................... 21 5.2 Proposed Storm Sewer...................................................................... 22 5.2.1 Geotechnical Parameters......................................................... 22 5.2.2 Trench Stability....................................................................... 22 5.2.3 Groundwater Control............................................................... 24 5.2.4 Bedding and Backfill............................................................... 24 5.2.5 Live Loads on Pipeline Due to Traffic .................................... 24 5.3 Trenchless Installation....................................................................... 24 5.3.1 Geotechnical Parameters......................................................... 24 5.3.2 Earth Pressure on Pipe and Auger Casing ............................... 25 5.3.3 Influence of Tunneling on Adjacent Structures ....................... 25 5.3.4 Groundwater Control............................................................... 26 352 6.0 CONSTRUCTION CONSIDERATIONS 6.1 Drilled Shaft Foundation Installation ................................................ 42 6.2 Driven Pile Foundation Installation................................................... 42 6.3 Groundwater Control......................................................................... 42 7.0 PROVISIONS.............................................................................................. 43 353 TABLE OF CONTENTS (cont'd) Pa,e 5.4 Structures........................................................................................... 26 5.4.1 Foundation Conditions............................................................ 26 5.4.2 Foundation Design Recommendations .................................... 26 5.4.3 Structural Backfill................................................................... 29 5.4.4 Protection of Below Grade Structures ..................................... 29 5.4.5 Groundwater Control During Construction ............................. 29 5.5 Detention Ponds................................................................................ 29 5.5.1 Slope Stability Analyses.......................................................... 30 5.5.2 Method of Analyses................................................................. 30 5.5.3 Soil Parameters and Water Level ............................................. 30 5.5.4 Loading Conditions.................................................................. 32 5.5.5 Factors of Safety...................................................................... 32 5.5.6 Conclusions and Recommendations ........................................ 33 5.5.7 Clay Liner Properties............................................................... 34 5.5.8 Borrow Material Analysis........................................................ 35 5.5.9 Slope Protection and Erosion Control ...................................... 35 5.6 Pavement Structure Design............................................................... 36 5.6.1 Design Parameters................................................................... 36 5.6.2 Recommended Pavement Section ........................................... 39 5.6.2.1 McHard Road............................................................. 39 5.6.2.2 Side Streets................................................................. 40 5.6.3 Preparation of Pavement Subgrade......................................... 40 6.0 CONSTRUCTION CONSIDERATIONS 6.1 Drilled Shaft Foundation Installation ................................................ 42 6.2 Driven Pile Foundation Installation................................................... 42 6.3 Groundwater Control......................................................................... 42 7.0 PROVISIONS.............................................................................................. 43 353 ILLUSTRATIONS Figure VicinityMap.......................................................................................................... 1 Planof Borings...................................................................................................... 2.1 thru 2.6 BoringLog Profile................................................................................................. 3.1 thru 3.7 Symbols and Abbreviations used on Boring Log Profile ....................................... 4 Skin Friction Design — Drilled Shaft Design (Accumulative Graphs) ................... 5.1 thru 5.7 Skin Friction Design — Driven Pile Design (Accumulative Graphs) ..................... 6.1 thru 6.7 Point Bearing Design — Drilled Shaft Design........................................................ 7.1 thru 7.7 Excavation Support Earth Pressure........................................................................ 8.1 thru 8.3 Stability of Bottom for Braced Cut............................................................................... 9 Vertical Stress on Pipes Due to Traffic Loads.............................................................. 10 Earth Pressure on Pipe and Casing Augering............................................................... 11 Lateral Earth Pressure Diagram for Permanent Wall ............................................. 12.1 thru 12.3 Uplift Pressure and Resistance............................................................................... 13 Slope Stability Analyses for Detention Ponds ....................................................... 14.1 thru 14.15 Possible Horizontal Limits of Cohesionless Soils ................................................. 15.1 thru 15.3 TABLES Table Summary of Boring Information............................................................................ 1 Summary of Soil Parameters for LPile Input......................................................... 2 Geotechnical Design Parameter Summary — Open -Cut Excavation ...................... 3 Geotechnical Design Parameter Summary — Trenchless Installation ........................... 4 Summary of Soil Parameters Used for Slope Stability Analyses for DetentionPonds............................................................................................... 5.1 thru 5.4 APPENDIX A Figure Logsof Borings..................................................................................................... A-1 thru A-37 Symbols and Terms Used on Boring Logs............................................................. A-38 Piezometer Installation Report ............................................................................... A-39 thru A-41 354 APPENDIX B Figure Summary of Laboratory Test Results..................................................................... B-1 thru B-32 Grain Size Distribution Curves.............................................................................. B-33 thru B-36 California Bearing Ratio (CBR) of Laboratory — Compacted Soils ...................... B -37a thru B -37f Dry Density versus Laboratory CBR..................................................................... B -38a and B -38b Consolidated Undrained Triaxial Compression Test Results ................................ B-39 thru B42 Permeability Test Results....................................................................................... B-43 thru B45 Pinhole Test Results............................................................................................... B46 APPENDIX C WinCore Soil Strength Analysis — Drilled Shaft Design ....................................... WinCore Soil Strength Analysis — Piling Design .................................................. APPENDIX D Borings from Previous Study APPENDIX E Phase I Geologic Fault Study Figure C-1 thru C-7 C-8 thru C-14 355 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas EXECUTIVE SUMMARY Report No. 1140215001 May 19, 2017 A geotechnical investigation was performed for the design and construction of McHard Road extension from Cullen Boulevard to Mykawa Road in City of Pearland, Texas. The project calls for the design and construction of approximately 18,150 LF of 4 -lane concrete roadway with proposed storm sewer. The storm sewer range from 24 to 48 -inch diameter and will be placed at depths ranging from 5 to 12 feet. The proposed construction of storm sewer is generally by open cut method except at the roadway and utility crossings, where tunneling is proposed. The project includes several traffic signals at the intersections of Max Road, Roy Road Garden Road, O'Day Road, and Hatfield Road. The existing traffic signals at Cullen Road and Mykawa Road will be modified. The project also includes construction of three detention ponds (HS -1, HS -2 and CC -1). The pond HS -1 is about 5 feet deep and has a side slope of 4H:1V; the pond HS -2 is about 9 feet deep with a side slope of 4H:1 V and pond CC -1 is about 15 feet deep with a side slope of 4H:1 V. The purposes of this study were to evaluate soil and groundwater conditions and to provide geotechnical recommendations for the proposed McHard Road Extension in City of Pearland, Texas. This investigation included drilling and sampling thirty seven (37) soil borings to depths ranging from 3 to 35 feet, converting three (3) borings to piezometers for long term water level measurements, performing laboratory tests on soil samples recovered from the borings, performing engineering analyses and developing geotechnical engineering recommendations and preparing a geotechnical report. The principal findings and conclusions developed from this investigation are summarized as follows. • Based on the Phase I Geologic Fault Assessment, two active faults cross the project alignment. Geologic Fault 40A crosses the project alignment near the west end and Geologic Fault 41A crosses the project alignment near Woody Road. The Phase I Geologic Fault Study report is presented in Appendix E. 1 356 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 brown silty sand was encountered between the depths of 10 and 30 feet in boring e Groundwater was initially encountered at depths ranging from 4.0 to 22 feet below existing grade during drilling in all the borings except in borings GB -73, GB -83 and C-1 through C-5 drilled for this study. The groundwater measured 15 minutes after water was first encountered was at depths of 2.0 to 14.4 feet below the existing grade in these borings. The water level measured 30 days after completion of drilling in Piezometers GB -70P, GB -75P and GB -81 P was at a depths ranging from 1.6 to 7.0 feet. No groundwater was encountered in borings GB -73 and GB -83 and shallow borings C-1 through C-5. • Recommendations for design of drilled shafts and driven full -displacement piles (i.e., prestressed precast concrete piles), for support of the traffic signal foundations are presented in Section 5.0 of this report. • The storm sewer installation recommendations are presented in Sections 5.2 and 5.3 of this report. • The recommendations pertaining to proposed manholes are presented in Section 5.4 of this report. • The recommendations pertaining to the proposed detention ponds are presented in Section 5.5 of this report. • Pavement subgrade conditions and stabilization requirements for the pavement subgrade including proposed pavement section by TxDOT and City of Pearland are presented in Section 5.6 of this report. • Construction considerations for installation of drilled shaft and driven pile foundations are provided in Section 6.0 of this report. 358 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas 1.0 INTRODUCTION 1.1 General Report No. 1140215001 . May 19, 2017 A geotechnical investigation was performed for the design and construction of McHard Road extension from Cullen Boulevard to Mykawa Road in City of Pearland, Texas. 1.2 Project Description The project calls for the design and construction of approximately 18,150 LF of 4 -lane concrete roadway with proposed storm sewer. The storm sewer range from 24 to 48 -inch diameter and will be placed at depths ranging from 5 to 12 feet. The proposed construction of storm sewer is generally by open cut method except at the roadway and utility crossings, where tunneling is proposed. The project includes several traffic signals at the intersections of Max Road, Roy Road Garden Road, O'Day Road, and Hatfield Road. The existing traffic signals at Cullen Road and Mykawa Road will be modified. The project also includes construction of three detention ponds (HS -1, HS -2 and CC -1). The pond HS -1 is about 5 feet deep and has a side slope of 4H:1V; the pond HS -2 is about 9 feet deep with a side slope of 4H:1 V and pond CC -1 is about 15 feet deep with a side slope of 4H:1 V. The project also includes construction of three detention ponds (HS -1, HS -2 and CC -1). The details of each detention pond are given below. • The detention pond HS -1 is located near the intersection of proposed McHard Road and O'Day Road. The proposed pond is about 5 feet deep and will have a side slope of 4(H):1(V). The detention pond will include construction of an outfall structure at the southwest corner of the pond. • The detention pond HS -2 is located along the proposed McHard Road between the intersections of Hatfield Road and Woody Road. The proposed pond is about 9 feet deep and will have a side slope of 4(H):1(V). The detention pond will include construction of a 121 if of 4'x2' RC Box on the northwest corner and a 42 inch RCP on the southeast side. The 100 -year flood elevation is at El. 46.0 feet. n 359 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 • The detention pond CC -1, is offsite and will be constructed as two interconnecting ponds. Both ponds will be approximately 15 feet deep and will have a side slope of 4(H):1(V). There are several 24 to 30 -inch HDPE inlets into the pond and a 6'x4' RCB connecting the two ponds. There will also be a 6'x4' RCB outlet at the northwest corner of the proposed pond. The 100 -year flood elevation is at El. 47 feet. The vicinity map is shown on Figure 1. 1.3 Scope of Work The purposes of this study were to perform a geotechnical investigation and to develop geotechnical recommendations for the proposed McHard Road extension with roadway construction, traffic signals, storm sewer and proposed detention ponds. The scope of services consisted of the following: 1) Pavement coring was performed at seven (7) locations to access the subsurface soils and to verify the existing pavement thickness. 2) Drilled and continuous sampled thirty seven (37) soil borings to depths ranging from 3 to 35 feet. Texas Cone Penetration (TCP) tests were performed on every 5 -foot interval for all borings, except shallow 3 -foot borings. 2) Performed laboratory tests on representative soil samples to evaluate the engineering properties of the soils. Perform California Bearing Ratio tests to determine modulus of subgrade reaction in accordance with AASHTO criteria for Rigid Pavement Design. 3) Performed engineering analyses to develop geotechnical recommendations for the design of the proposed roadway extension. The recommendations as a minimum include the following: ■ Developed design axial capacity curves for traffic signal foundation and other structure (if any) including skin friction and point bearing for piling 5 360 Geotest Engineering, Inc. Report No. 1140215001 McHard Road Extension May 19, 2017 City of Pearland, Texas and drilled shaft in accordance with TxDOT Houston District's procedures. ■ Provided geotechnical recommendations pertaining to the proposed storm sewer construction including bedding and backfill criteria (in accordance with TxDOT or available Brazoria County guidelines), trench excavation stability, ground water control and select fill criteria, if required. ■ Performed slope stability analyses for the proposed detention ponds and provide recommendations for the side slopes and clay liner properties. ■ Provided subgrade stabilization requirement for the proposed pavement section by TxDOT and City of Pearland. 6 361 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas 2.0 FIELD EXPLORATION 2.1 General Report No. 1140215001 May 19, 2017 Subsurface conditions along the proposed McHard Road and detention ponds were investigated by drilling thirty seven (3 7) soil borings, designated as GB -49 through GB -84 and C-1 through C-5, in general accordance with TxDOT procedures. Borings GB -49 through GB -68 were drilled to depths ranging from 25 to 35 feet along the proposed McHard Road. The borings C-1 through C-3 were drilled to a depth of 3 feet in the side streets. Pavement coring was also performed in the existing asphalt pavement at these locations (C-1 through C-5). Borings GB -69 through GB - 71 were drilled to a depth of 15 feet in the proposed detention pond HS -1. Borings GB -72 through GB -78 were drilled to a depth of 20 feet in the proposed detention pond HS -2 and the borings GB -79 through GB -84 were drilled to a depth of 30 feet in the proposed detention pond CC -1. All borings were drilled with a buggy mounted drilling rig at the approximate locations shown on Figures 2.1 through 2.6, Plan of Borings. A summary of boring information is provided in Table 1. The staking and tie-in of soil borings (Station no., offset and ground surface elevation) were provided to us by Freese and Nichols. The borings GB -57, GB -59, GB -65 and GB -74 could not be drilled due to wet ground and difficulty in accessing the boring locations. Borings (GB -1 through GB -48) from previous study were included for information only in Appendix D. 2.2 Sampling Methods At each boring location soil samples were obtained at 5 -ft intervals in granular soils, and continuously in cohesive soils between the TxDOT Cone Penetrometer Tests. TxDOT Cone Penetrometer Tests (Tex -132-E) were performed at approximate 5 -foot intervals throughout the depth of each boring. Results of the tests are recorded on the boring logs as the number of blows for the first and second 6 inches of penetration at the respective test depths. Samples of cohesive soils were obtained with a 3 -inch diameter thin-walled tube sampler in general accordance with ASTM Method D 1587. Granular soils were sampled every 5 feet with a 2 -inch diameter split -barrel sampler in general accordance with ASTM Method D 1586. Each sample was removed from the sampler in the field by our soils technician, carefully examined, and classified according to the Unified Soil Classification System (USCS). Suitable portions of each sample were wrapped and 7 362 ■ Geotest Engineering, Inc. Report No. 1140215001 McHard Road Extension May 19, 2017 City of Pearland, Texas sealed in the field and transported to Geotest's laboratory. The shear strength of cohesive soil samples was estimated in the field using a calibrated hand pocket penetrometer. Detail descriptions of the soils encountered, together with recorded blow counts from TxDOT Cone Penetrometer Tests, are provided on the boring logs presented on Figures A-1 through A-37 in ■ Appendix A. A key to symbols and terms used on the boring logs is given on Figure A-38 in Appendix A. The consistency (strength description) of cohesive soils is based on test data from ■ triaxial compression test (TAT) and TxDOT cone penetrometer data, where TAT data is not available. ■ 2.3 Groundwater Observations ■ Measurements of the depth to water were taken in the open boreholes during drilling. The results of these observations are noted at the bottom of the boring logs presented on Figures A-1 through A-37, in Appendix A. IN 2.4 Borehole Completion ■ After taking final measurements of the depth to groundwater at each boring location, each of the open boreholes with exception of the boring converted to piezometer, were backfilled with ■ cement -bentonite grout. 2.5 Piezometer Installation During the field investigation, piezometers were installed in the open boreholes of borings GB -70, GB -75 and GB -81. The location of the piezometer designated as GB -70P, GB -75P and GB -81P are shown on Figures 2.4, 2.5 and 2.6. The piezomter installation reports showing the details of the construction of the piezometers are provided on Figures A-39 through A-41 in Appendix A. L 363 W 364 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 were carried out on the samples following saturation of the samples and consolidation to approximately 100%, 200% and 400% of estimated in situ overburden pressures. Results of consolidated -undrained (C -U) triaxial compression tests with pore pressure measurements are presented in the table below and also presented on Figures B-39 through B42 in Appendix B. Summary of C -U Triaxial Compression Test Results Sample ID Total Stress Effective Stress Chu (psf) 0. (deg) C'(psf) 0' (deg) GB -69, 6.5-8', Sandy Clay 608 20 173 27.2 GB -75, 13'-15', Clay 548 14.8 107 22.0 GB -79,2'-4', Clay 589 15 145 23.5 GB -80, 8'-10', Sandy Clay 391 20.9 139 26.0 Three (3) permeability tests (ASTM D5084) with back pressure saturation were performed on three (3) selected soil samples. Permeability tests were conducted to measure the hydraulic conductivity of the side slope and bottom soils in the proposed canal. The permeability laboratory test results are presented in the table below and also shown on Figures B-43 through B-45 in Appendix B. Summary of Permeability Test Results Boring No. Depths feet Soil Description Hydraulic Conductivity at 201c 2U cm/sec GB -70 3-5 Sandy Clay 1.15 x 10"7 GB -78 6.5-8 Sandy Clay 5.58 x 10"7 GB -83 4-5 Sandy Clay 5.27 x 10" Four (4) pinhole tests (ASTM D4647) were performed to measure the potential for dispersion of soils in distilled water. Pinhole dispersion test results provide a qualitative evaluation of the potential for soil dispersion in the presence of distilled water. The test results for the pinhole dispersion tests are presented in the table below and also shown on Figure B-46 in Appendix B. 10 365 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Summary of Dispersive Test Results Report No. 1140215001 May 19, 2017 Boring No. Depth (feet) Soil Description Dispersive Test Results Pinhole (ASTM D 4647) GB -71 8-10 Sandy Clay ND2 - Nondispersive GB -76 4-5 Sandy Clay ND2 — Nondispersive GB -80 4-5 Sandy Clay ND 1— Nondispersive GB -84 6.5-8 Sandy Clay ND 3 — Nondispersive 11 366 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas 4.0 GENERAL SITE CONDITIONS 4.1 Site GeoloQv Report No. 1140215001 May 19, 2017 The geology of Brazoria County is characterized by two formations, the Beaumont and the Alluvium. These formations are a part of the fluvial and marine coastal complex resulting from the glacial cycles within Holocene/Pleistocene epoch. The lithology includes clay, silt and sand. The McHard Road project lies within the Beaumont Formation. The clays and sands of this formation are overconsolidated as a result of desiccation or frequent raising and lowering of the sea level and subsequently the groundwater table. Consequently, clays of this formation have moderate to high shear strength and relatively low compressibility. Sands of the Beaumont Formation are typically very fine and often silty. 4.2 Geologic Faults A Geological Phase I Fault study was performed by HVJ Associates, Inc., a subconsultant for Geotest for the project area. Based on the Phase I Geologic Fault Assessment, two active faults cross the project alignment. Geologic Fault 40A crosses the project alignment near the west end and Geologic Fault 41A crosses the project alignment near Woody Road. The Phase I Geologic Fault Study report is presented in Appendix E. 4.3 Existing Pavement The existing pavement as encountered in borings GB -58 and GB -60 drilled along McHard Road consist of 1.5 to 3 inches of asphalt over 11 to 16 inches of limestone base and sand, gravel and oyster shell mix. The existing pavement as encountered in the borings/corings C-1 through C-5 performed on the side streets consists of 2.75 to 5 inches of asphalt over 5.5 to 9 inches of limestone, sand and shell mix. The details are given below. 12 367 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 Boring/Coring Location Pavement GB -58 McHard Road 3" asphalt over 11" limestone base GB -60 McHard Road 1.5" asphalt over 16" sand, gravel and oyster shell mix C-1 Stone Road 4" asphalt over 9" limestone base C-2 Max Road 3.5" asphalt over 5.5" limestone, sand and shell mix C-3 O'Day Road 2.75" asphalt over 5.5" limestone, sand and shell mix C-4 Hatfield Road 5" asphalt over 8.5" limestone, sand and shell mix C-5 Woody Road 5" asphalt over 8.5" shell and sand mix 4.4 Subsurface Conditions Graphical representations of the major strata encountered in borings drilled along the project alignment are presented on a boring log profiles on Figure 3.1 through 3.7. To the left of each boring shown on the profile is an indication of the consistency or density of soils within each stratum. For cohesive soils, consistency is related to the undrained shear strength of the soil. Consistency of granular soils is related to the relative density of the soil. To the right of each boring shown on the profile is the USCS classification of the soil within each stratum. The symbols and abbreviations used on the boring log profiles are given on Figure 4. Proposed Roadwgy (Borings GB -49 through GB -68 and C-1 through C-5). The subsurface soil soils as encountered in borings GB49 through GB -68 and also presented on boring log profiles Figures 3.1 through 3.4, consist of soft to hard dark gray, yellowish and reddish brown and gray clay, sandy and silty clay to the explored depths of 25 and 35 feet. Stratum of loose to compact silty sand and clayey sand were encountered between the depths of 6 and 16.5 feet and 25 to 35 feet in borings GB -55, GB -56, GB -63 and GB -66. Fill material consisting of medium stiff dark gray and brown clay and sandy clay with calcareous and ferrous nodules were encountered to depths of 1 to 3 feet in borings GB -49 through GB -53, GB -56, GB -58, GB -62 and GB -64. The subsurface soils below the pavement as encountered in borings C-1 through C-5, drilled along the side streets consist of gray and brown clay and sandy clay to the explored depth of 3 feet. 13 368 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 The clay is of high to very high plasticity with liquid limits ranging from 50 to 85 and plasticity indices ranging from 29 to 54. The sandy clay and silty clay are of low to high plasticity with a liquid limits ranging from 24 to 49 and plasticity indices ranging from 9 to 31. The percent fines of sandy silt ranges from 52 to 58 percent. The fines content (passing No. 200 sieve) of silt with sand ranges from 71 to 78 percent. The fines content of clay and silty clay ranges from 71 to 87 percent. The fines content of sandy clay ranges from 69 to 78 percent. The fines content of silt is about 71 percent. The fines content of clayey sand is about 47 percent. The fines content of silty sand ranges from 30 to 31 percent. Detention Pond HS- 1(Borings GB -69 through GB -71). The subsurface soils as encountered in borings GB -69 through GB -71 and also presented on boring log profile Figure 3.5, consist of soft to very stiff dark gray and brown clay and sandy clay to the explored depth of 15 feet. A stratum of very loose brown silty sand was encountered between depths of 5 and 9 feet in boring GB -70. The clay is of high to very high plasticity with liquid limits ranging from 56 to 78 and plasticity indices ranging from 31 to 49. The sandy clay are of low to high plasticity with a liquid limits ranging from 32 to 45 and plasticity indices ranging from 12 to 25. The fines content of silty sand is about 32 percent. Detention Pond HS -2 (Borings GB72 through GB -78). The subsurface soils as encountered in borings GB -72 through GB -78 and also presented on boring log profile Figure 3.6 consists of very soft to very stiff brown, reddish brown and gray clay, silty clay and sandy clay to the explored depth of 20 feet. A stratum of loose to slightly compact gray silty and sandy silt was encountered between depths of 6 to 11.5 feet in borings GB -72 and GB -75. The clay is of high to very high plasticity with liquid limits ranging from 51 to 82 and plasticity indices ranging from 31 to 49. The sandy clay and silty clay are of low to high plasticity with a liquid limits ranging from 27 to 49 and plasticity indices ranging from 10 to 31. The fines content of clay is about 83 percent and the fines content of sandy clay ranges from 73 to 74 percent. The fines content of sandy silt is about 56 percent. The fines content of silty sand is about 15 percent. 14 369 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 Detention Pond CC- I (Borings GB -79 throu i GB -84). The subsurface soils as encountered in borings GB -79 through GB -84 and also presented on boring log profile Figure 3.7, consists of soft to very stiff clay, silty clay and sandy clay to the explored depth of 30 feet. Stratum of loose to compact silt, sandy silt and silty sand was encountered between the depths of 12.5 to 21.5 feet in borings GB -79, GB -80, GB -82 and GB -83. Further, loose to compact gray and brown silty sand was encountered between the depths of 10 and 30 feet in boring GB -84. The clay is of high to very high plasticity with liquid limits ranging from 50 to 82 and plasticity indices ranging from 30 to 49. The sandy clay and silty clay are of low to high plasticity with a liquid limits ranging from 21 to 49 and plasticity indices ranging from 5 to 29. The percent fines of clay and silty clay ranges from 67 to 98 percent. The fines content of sandy clay ranges from 53 to 85 percent. The fines content of sandy silt is about 56 percent. The fines content of silt is about 82 percent. The fines content of silty sand ranges from 12 to 36 percent. 4.5 Groundwater Conditions Groundwater was initially encountered at depths ranging from 4.0 to 22 feet below existing grade during drilling in all the borings except in borings GB -73, GB -83 and C-1 through C-5 drilled for this study. The groundwater measured 15 minutes after water was first encountered was at depths of 2.0 to 14.4 feet below the existing grade in these borings. The water level measured 30 days after completion of drilling in Piezometers GB -70P, GB -75P and GB -81P was at a depths ranging from 1.6 to 7.0 feet. No groundwater was encountered on borings GB -73 and GB83 and shallow borings C-1 through C-5. The details of the groundwater is encountered in each boring are presented in the table below. Boring Groundwater Encountered During Drilling, ft Groundwater Measured 15 minutes after completion of drilling, ft Groundwater Measured after 24 hours or more GB -49 18 8.5 NA GB -50 22 15.75 NA GB -51 15 3.42 NA GB -52 10 5.67 NA GB -53 13 4.42 NA 15 370 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 Boring Groundwater Encountered During Drilling, ft Groundwater Measured 15 minutes after completion of drilling, ft Groundwater Measured after 24 hours or more GB -54 15 4.33 NA GB -55 15 7.58 NA GB -56 5.0 3.0 NA GB -58 21.0 12.08 NA GB -60 15 7.17 NA GB -61 16.5 3.0 NA GB -62 13.0 10.0 NA GB -63 5.3 2.0 NA GB -64 13.0 5.92 NA GB -66 9.0 3.3 NA GB -67 12.0 4.0 NA GB -68 15.5 6.0 NA GB -69 13.25 6.75 NA GB -70P 8.0 5.17 1.6 (01-28-16) 3.3 (02-29-16) GB -71 10.0 6.75 NA GB -72 4.0 2.0 NA GB -75P 10.0 6.17 2.5 (01-26-16) 2.8 (02-26-16) GB -76 13.0 10.66 NA GB -77 16.0 14.42 NA GB -78 10.0 7.83 NA GB -79 15.0 8.66 NA GB -80 15.0 8.25 NA GB -81P 16.0 9.17 7.0 (04-01-16) 5.0 (05-02-16) GB -82 17.0 9.0 NA GB -84 17.0 11.0 NA ant 371 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 However, various environmental and man-made factors such as amounts of precipitation and changes in construction, can substantially influence groundwater level. 17 372 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas 5.0 GEOTECHNICAL RECOMMENDATIONS 5.1 Traffic Signal Foundations Report No. 1140215001 May 19, 2017 As part of McHard Road Extension project, traffic signals will be installed at the intersections of Max Road, Roy Road, Garden Road, O'Day Road and Hatfield Road. The existing traffic signals at Cullen Boulevard and Mykawa Road will be modified. 5. 1.1 Recommended Foundation Types. Based on the subsurface conditions revealed by borings GB -49, GB -56, GB -58, GB -60, GB -62, GB -64, and GB -68, the traffic signals at Max Road, Roy Road, Garden Road, O'Day Road and Hatfield Road can be supported on either cast -in-place drilled shafts or driven prestressed precast concrete piles. Design of the traffic signal foundations should ensure adequate axial and lateral capacities of the foundations under consideration. Capacity curves for both drilled shafts and driven piles are presented and discussed in the following sections. The capacity curves were developed for these borings drilled near the proposed traffic signal foundations. 5.1.2 Minimum Embedment Requirement. We recommend that design of the shafts or piles consider the following minimum embedment requirements: • The shafts or piles should have a depth of embedment adequate for support of the imposed axial and lateral loads. • Computation of design capacities of the shafts or piles should provide for reductions in capacities due to construction -related disturbance and shrink -swell of surficial soils with changes in moisture. • Shafts and piles should penetrate into the base stratum (the stratum in which the shaft tip is placed) at least 2 times their diameter or width. 373 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 5.1.3 Axial Capacities of Drilled Shafts and Driven Piles. Allowable skin friction capacity and point bearing capacity were computed for cast -in-place drilled shafts and driven full - displacement piles (i.e., prestressed precast concrete piles) for the boring locations GB -49, GB -56, GB -58, GB -60, GB -62, GB -64 and GB -68 using TxDOT WinCore (Version 3.1) software. The WinCore software was developed by TxDOT to compute pile capacities based on design methods included in the TxDOT Geotechnical Manual. The program computes allowable axial capacity based on a safety factor of at least 2.0 for skin friction and end bearing. Allowable axial capacities of cast -in-place drilled shafts should be computed based on the sum of the allowable skin friction acting on the side area of the shaft plus the allowable point bearing, acting on the end area of the shaft. It should be noted that TxDOT Houston District places a limit on end bearing values of 2.0 tsf, for shafts with diameters over 24 inches and less than or equal to 48 inches. End bearing is neglected in the design of shafts with diameters less than, or equal to 24 inches. End bearing developed based on TAT data and/or TCP data can be used for shafts with diameter over 48 inches. TxDOT Houston District practice calls for computation of allowable axial capacities of driven piles based on the accumulative allowable skin friction acting on the side area of the pile, without any contribution due to point bearing. Values of accumulative skin friction for drilled shafts and driven full -displacement piles are based on unit skin friction values computed from laboratory triaxial (TAT) tests for cohesive soils, and from TxDOT cone penetrometer (TCP) tests for cohesionless soils. A soil reduction factor (SR) of 0.7 was applied to the computed values of allowable skin friction for drilled shaft design. The computed unit skin friction values were limited to 1.25 tsf for driven piles and 0.88 tsf for drilled shafts in accordance with TxDOT Houston District practice. In addition, the ratio of TCP unit friction to TAT unit friction in cohesive soils was verified with reference to TxDOT Houston District practice which is between 0.5 and 2.0. Adjustments were made accordingly to meet the above ratio requirements. Allowable axial capacity for cast -in-place drilled shafts, installed at the location of borings GB -49, GB -56, GB -58, GB -60, GB -62, GB -64 and GB -68 should be computed using the curves of accumulative static frictional resistance (in tons/ft of perimeter) presented on Figures 5.1 through 5.7, respectively, and curves of allowable unit point bearing presented on Figures 7.1 through 7.7, respectively. The allowable point bearing for a given shaft size should be computed based on the 19 374 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 value of allowable unit point bearing (in TSF), at the design penetration, times the end area of the shafts. Thus, an equation to determine the allowable axial capacity, Qa, for the drilled shafts can be expressed as below. 7T Q. = iTdS -- - dzgg in tans Where, S is Accumulative Friction in tons per foot of perimeter of drilled shaft qp is Point Bearing in tsf d is Diameter of drilled shaft in feet Allowable axial capacity for driven full -displacement (precast concrete) piles, installed at the location of borings GB -49, GB -56, GB -58, GB -60, GB -62, GB -64 and GB -68 should be computed using the curves of accumulative static frictional resistance (in tons/ft of perimeter) presented on Figures 6.1 through 6.7, respectively. Thus, an equation to determine the allowable axial capacity, Qa, for driven piles can be expressed as below. Qa = 4wS in tons Where, S is Accumulative Friction in tons per foot of perimeter of driven pile w is Width of square driven pile in feet Tables of numerical values of unit skin friction, computed using WinCore software, are provided on forms titled "Soil Strength Analysis" in Appendix C, on Figures C-1 through C-7 for drilled shafts, and on Figures C-8 through C-14 for driven piling. 20 375 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 The designer should account for the effects of seasonal moisture variations at traffic signal foundation location by subtracting the accumulated skin friction at a depth of seasonal moisture variations from the total accumulated skin friction at the design tip elevation. A 5 to 10 -foot depth may be considered as the zone of seasonal moisture variation. The final design tip elevation should be based on a total load equivalent to the design load plus the capacity of accumulated skin friction determined at the depth (elevation) of the seasonal moisture variations from the skin friction design curve. 5.1.4 Group Effects. To reduce group effects it is recommended that the piles or shafts be spaced with a minimum center -to -center distance (i.e., based on a single row of piles or shafts) of at least 3 times the pile width or 2.5 times the shaft diameter. 5.1.5 Settlement. Although detailed settlement analyses were not within the scope of this study, it is believed that drilled shafts and driven piles designed in accordance with the above recommendations, should experience small settlements. Differential settlements, resulting from variation in subsurface conditions and loading conditions, are also expected to be small. 5.1.6 Lateral Capacity. The lateral load capacity will depend on the ground surface deflection, maximum bending moment, stiffness factor and soil modulus between the shafts/piles and surrounding soils. Allowable lateral load can be developed based on allowable ground surface deflection, soil modulus and stiffness of shaft or pile. However, maximum bending moment in the pile or shaft will need to be verified. Lateral load -deflection analyses, using a soil -structure interaction (p -y) model, can be used (if needed) to provide refined estimates of deflections and bending moments along the length of the pile or shaft. The soil parameters which include LPile program soil type, submerged unit weight, undrained cohesion/internal friction angle and E50 were developed for the borings GB -49, GB -56, GB -58, GB -60, GB -62, GB -64 and GB -68 and are presented in Table 2. These soil parameters can be used for LPile program input for the design of traffic signal foundations at Max Road, Roy Road, Garden Road, O'Day Road and Hatfield Road. 21 376 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas 5.2 Proposed Storm Sewer Report No. 1140215001 May 19, 2017 Based on the information provided by Freese and Nichols, Inc., it is understood that the proposed storm sewer will be installed by open cut method of construction except at the roadway crossings and utility crossings where tunneling is proposed. The following subsections provide information for the design and construction of the proposed storm sewer and the excavations required for the proposed open cut installations and access shafts. 5.2.1 Geotechnical Parameters. Based on the soil conditions revealed by the borings GB49 through GB -68, geotechnical parameters were developed for the design of the storm sewer installation. The design parameters are provided in Table 3. For design, the groundwater level should be assumed to exist at the ground surface, since these conditions may exist after a heavy. rain or flooding. 5.2.2 Trench Stability. The trench excavation may be shored or laid back to a stable slope or supported by some other equivalent means used to provide safety for workers and adjacent structures, if any. The excavating and trenching operations should be in accordance with OSHA Standards, OSHA 2207, Subpart P, latest revision or the TxDOT Specifications. • Excavation Shallower Than 5 Feet - Excavations that are less than 5 feet deep (critical height) should be effectively protected when an indication of dangerous ground movement is anticipated. • Excavations Deeper Than 5 Feet - Excavations that are deeper than 5 feet should be sloped, shored, sheeted, braced or laid back to a stable slope or supported by some other equivalent means or protection such that workers are not exposed to moving ground or cave-ins. The slopes and shoring should be in accordance with the trench safety requirements as per OSHA Standards. The following items provide design criteria for trench stability. 22 377 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 (i) OSHA Soil Twe. Based on the soil conditions revealed by borings drilled for this study and assumed groundwater level at surface, OSHA soil type "C" should be used for determination of allowable maximum slope and/or the design of shoring along the alignment for full proposed depth of trench excavation. For shoring deeper than 20 feet (if needed), an engineering evaluation is required and deeper soil borings will be needed. (ii) Trench Support Earth Pressure. Based on the subsurface conditions indicated by our field investigation and laboratory testing results, trench support earth pressure diagrams were developed and are presented on Figures 8.1 through 8.3. These pressure diagrams can be used for the design of temporary trench bracing. For a trench box, a lateral earth pressure resulting from an equivalent fluid with a unit weight of 94 pcf can be used. The effects of any surcharge loads at the ground surface should be added to the computed lateral earth pressures. A surcharge load, q, will typically result in a lateral load equal to 0.5 q. The above value of equivalent fluid pressure is based on assumption that the groundwater level is near the ground surface, since these conditions may exist after a heavy rain or flooding. (iii) Bottom Stability. In braced cuts, if tight sheeting is terminated at the base of the cut, the bottom of the excavation can become unstable. The parameters that govern the stability of the excavation base are the soil shear strength and the differential hydrostatic head between the groundwater level within the retained soils and the groundwater level at the interior of the trench excavation. For cut in cohesive soils as predominantly encountered in borings, the bottom stability can be evaluated as outlined on Figure 9. However, in semi-cohesionless (such as sandy silt and silty sand) or granular soils (such as silty sand), as encountered in borings GB -52, GB -55, and GB -63 at the invert or within 3 feet below bottom of invert, the excavation should be done after dewatering to avoid bottom stability problems. 23 378 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 5.2.3 Groundwater Control. Excavations for the storm sewer may encounter groundwater seepage to varying degrees depending upon the groundwater conditions at the time of construction and the location and depth of the trench. In cohesive soils, if groundwater is encountered then it may be managed by collection in trench bottom sumps for pumped disposal. In granular or semi cohesionless soils, as encountered near borings GB -52, GB -55 and GB -63 at the invert or within 3 feet below bottom of invert, dewatering such as vacuum well points for excavation depths up to 15 feet or deep well with submersible pumps for excavation depths greater than 15 feet will be required to lower the groundwater level to at least 5 feet below the bottom of the excavation. It is recommended that the actual groundwater conditions should be verified by the contractor at the time of construction. It is contractor's responsibility to perform appropriate groundwater control during construction. 5.2.4 Bedding and Backfill. The bedding and backfill for storm sewer should be in accordance with TxDOT Standard Specification Item No. 400 "Excavation and Backfill for Structures", Section 400.3.2 and 400.3.3. 5.2.5 Live Loads on Pileline Due to Traffic. Loads on the pipe due to traffic should be considered. A graph providing calculated vertical stress on pipe due to traffic loads is given on Figure 10. 5.3 Trenchless Installation It is understood that the proposed storm sewer will be installed by trenchless method of construction at the existing roadway crossings and utility crossings. 5.3.1 Geotechnical Parameters. Based on the soil conditions revealed by soil borings and laboratory test data, geotechnical design parameters were developed for cohesive soils and cohesionless soils and are provided in Table 4. The cohesive soils include clays and lean clays, and the cohesionless soils include fine sand w/silt, silty sand and sandy silt. For design conditions, the groundwater levels should be assumed to exist at the ground surface, since these conditions may exist after heavy rain or flooding. 24 379 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 5.3.2 Earth Pressure on Pipe and Augermn. The earth pressure values on pipe and auger casing should be determined from Figure 11. Equations to calculate the tunnel liner loads are also shown on Figure 11. 5.3.3 Influence of Tunnelingon Adjacent Structure. Surface and near -surface structures near the tunnel alignment consist primarily of private properties, city streets and public and private utilities. Ground movement, in terms of loss of ground or ground lost, is commonly associated with soft ground tunneling. If such ground movement is excessive, it may cause damage to the structures, roads and services located above the tunnel. While ground movement cannot be eliminated, it can be controlled within certain limits by the use of proper construction techniques and good quality workmanship. These include, but are not limited to, prevention of excessive ground loss during tunneling with the use of grouting and filling the annular space between the pipe or casing and the surrounding soil and prevention of undue loss of fines through dewatering. The selection and execution of tunneling methods that are best suited to anticipated ground conditions along the proposed tunnel are, in fact, the contractor's primary contribution to successful completion of the proposed tunnel. On review of the boring logs, the ground conditions for tunneling (excavation face) will be primarily through cohesive soils and interface of cohesive and cohesionless soils. The cohesive soils are stiff to very stiff and the ground in this area may be expected to behave as firm to raveling ground near the invert. Cohesionless soils consisting of medium dense to dense silty sand and sandy silt were encountered near or within 3 feet of the proposed invert depths of trenchless installation in borings GB -52, GB -55 and GB -63. The ground at these locations may be expected to behave raveling to running ground near the invert depths. Hence, extra precautions will be required at these locations during the trenchless installation to prevent any excessive ground loss due to the disturbance and removal of the cohesionless soils. Close monitoring of ground movement should be carried out during the trenchless installation. At locations near borings GB -52, GB -55 and GB -63 the ground conditions for trenchless operation (excavation face) will be through cohesive soil interface with cohesionless soils. In such conditions, dewatering will be required. However due to spacing of borings, soil conditions other than those encountered in borings could exist. 25 380 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 The proposed tunnel is parallel with or cross beneath utility lines. The largest potential problems from utilities may result from: • Leaking water pipes • Gas pipe breakage leading to a potential explosion • Breakage of storm or sanitary sewers In general, it is the contractor's responsibility to investigate these and other possible third party interactions along the proposed tunnel alignment and to accommodate all of these interactions with the use of good construction methods. 5.3.4 Groundwater Control. Groundwater control should be followed in accordance with the section 5.2.3 of this report. 5.4 Structures The structures for the McHard Road extension will include storm sewer manholes. The depth of the proposed manholes range from 4 feet to 12 feet. The project also includes construction of outfall structure at detention pond HS -1, 4'x2' RC Box in detention pond HS -2 and 6'x4' RC Boxes in detention pond CC -1. 5.4.1 Foundation Conditions. Based on the soil conditions revealed by borings GB -49 through GB -68 the manhole bases placed at depths ranging from 4 to 12 feet will be in soft to very stiff clay, sandy clay and silty clay. Based on the soil conditions encountered in borings GB -69 through GB -84, the RC Boxes in detention ponds HS -1, HS -2 and CC -1 placed at depths ranging from 5 to 16 feet will be in medium stiff to stiff clay and/or medium dense silty sand. 5.4.2. Foundation Design Recommendations. The bases of structures placed at approximate depths ranging from 4 to 16 feet at the various locations may be proportioned for an allowable (net) bearing pressure as presented in the table below. 26 381 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 Station No. Nearest Boring Depth Allowable Bearing (ft.) Pressure (psf) 0 to 20+00 GB49, GB -50 4-10 2,500 and GB -51 20+00 to 35+00 GB -52 and 8-12 2,500 GB -53 35+00 to 50+00 GB -54 and 8-12 1,000 GB -55 50+00 to 80+00 GB -56 and 6-12 2,500 GB -58 80+00 to 100+00 GB -60 6-10 3,750 10-12 2,000 100+00 to 125+00 GB -61 and 6-12 3,750 GB -62 125+00 to 150+00 GB -63 and 6-12 2,500 GB -64 150+00 to 181+00 GB -66, GB -67 6-12 1,250 and GB -68 Outfall Structure at GB -69 through 5 1,800 Detention Pond HS -1 GB -71 4'x2' RC Boxes Outfall GB -72 through 8-12 1,250 and inlet structures at GB -78 Detention Pond HS -2 6'x4' RC Boxes, Outfall GB -79 through 13-16 2,000 and inlet structures at GB -84 Detention Pond CC -1 The allowable bearing pressures include a safety factor of 2.0. The above recommendation assumes that the final bearing surfaces consist of undisturbed natural soils and that underlying semi - transmissive zones are properly pressure -relieved. 27 382 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 • Bottom Stability. Bottom stability is described earlier in Section 5.2.2 under Excavation Stability. • Lateral Earth Pressure. The pressure diagrams presented on Figures 8.1 through 8.3 can be used for the design of braced excavation. The lateral earth pressure diagram presented on Figures 12.1 through 12.3 are applicable for the design of the permanent walls. • Hydrostatic Uplift Resistance. Structures extending below the groundwater level should be designed to resist uplift pressure resulting from excess piezometric head. Design uplift pressures should be computed based on the assumption that the water table is at ground surface. To resist the hydrostatic uplift at the bottom of the structure, one of the following sources of resistance can be utilized in each of the designs. a. Dead weight of structure, b. Weight of soil above base extensions plus weight of structure, or C. Soil -wall friction plus dead weight of structure. The uplift force and resistance to uplift should be computed as detailed on Figure 13. In determining the configuration and dimensions of the structure using one of the approaches presented on Figure 13, the following factors of safety are recommended. a. Deadweight of concrete structure, Sfl = 1.10, b. Weight of soil (backfill) above base extension, Sf2 = 1.5, and c. Soil -wall friction, St3 = 3.0. Friction resistance should be discounted for the upper 5 feet, since this zone is affected by seasonal moisture changes. M 383 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 5.4.3 Structure Backfill. Excavations for the proposed structures should be backfilled in accordance with the TxDOT Specification Item 400. 5.4.4 Protection of Below Grade Structures. The design of the proper means for protection of below grade structures will depend upon the potential of the aggressivity or corrosivity of soil and groundwater properties. The aggressivity testing was not within the scope of this study. The design of the protection of below grade structures is beyond the scope of services for the study. 5.4.5 Groundwater Control During Construction. Excavations may encounter groundwater seepage to varying degrees depending upon groundwater conditions at the time of construction and the location and depth of excavation. The groundwater control should be followed according to the Section 5.2.3 of this report. 5.5 Detention Ponds The project also includes construction of three detention ponds (HS -1, HS -2 and CC -1). The details of each detention pond are given below. • The detention pond HS -1 is located near the intersection of proposed McHard Road and O'Day Road. The proposed pond is about 5 feet deep and will have a side slope of 4(H): I (V). The detention pond will include construction of an outfall structure at the southwest comer of the pond. • The detention pond HS -2 is located along the proposed McHard Road between the intersections of Hatfield Road and Woody Road. The proposed pond is about 9 to 10 feet deep and will have a side slope of 4(H): l (V). The detention pond will include construction of a 1211f of 4'x2' RC Box on the northwest corner and a 42 inch RCP on the southeast side. The 100 -year flood elevation is at El. 46.0 feet. • The detention pond CC -1, is offsite and will be constructed as two interconnecting ponds. Both ponds will be approximately 15 feet deep and will have a side slope of 4(H): I (V). There are several 24 to 30 -inch HDPE inlets into the pond and a 6'x4' RCB connecting the 29 384 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 two ponds. There will also be a 6'x4' RCB outlet at the northwest corner of the proposed pond. The 100 -year flood elevation is at El. 47 feet. 5.5.1 Slope Stability Analyses. Slope stability analyses were performed for the proposed detention ponds HS -2 and CC -1. Since the detention pond HS -1 is about 5 feet deep, no slope stability analyses was performed for this pond. The analyses were performed using GSTABLE7 and the Modified Bishop Method of Analyses. Analyses conditions consisted of End of Construction, Rapid Drawdown and Long Term cases. The TxDOT minimum required factors of safety for short - term (end of construction and rapid drawdown) and long term condition are 1.3 and 1.5, respectively. 5.5.2 Method of Analyses. Experience indicates that the failure of a slope occurs by slippage along a surface of nearly circular cross section. Sufficiently accurate estimates of the stability of such slopes can be made if the surface of sliding is assumed to be circular. Several methods of slope stability analysis are available. The most commonly used method is known as the Bishop Method. For this study, the slope stability analyses were conducted using a computer program. The calculation of the factor of safety against instability was performed using the Modified Bishop Method. Slope stability analyses were performed on critical sections of the proposed detention pond by computer program GSTABLE7 with the built-in critical section search algorithm. 5.5.3 Soil Parameters and Water Level. To evaluate the potential stability of a slope, or to assess the effectiveness of a slope, requires the physical properties of the geological material involved to be measured. Based on the subsurface conditions encountered in borings two (2) soil cases were evaluated for each pond. The soil parameters are derived from empirical correlation between the soil index properties as well as consolidated undrained triaxial results and shear strength characteristics of corresponding types of soil. Slope stability analyses were performed for the End of Construction, Rapid Drawdown and Long Term design cases for the proposed earthen bank slope of 4(H):1(V). The soil parameters used for the slope stability analyses are presented in Tables 5.1 through 5.4 • End of Construction: The rapid drawdown case models the condition where high floodwater saturates and piezometrically "loads" the slope and then quickly recedes leaving 30 385 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 a large unbalanced piezometric head in the bank slope. This unbalanced force increases the shear stresses in the soils behind the slope. For this analysis, the 100 -year flood level within each pond was considered to be near the pond top of the bank and a completely saturated slope from the bottom of each pond to near the top of the pond slope was considered for analyses. The water level within each pond was assumed to instantaneously drop from the 100 -year flood level to the bottom of pond. For granular/cohesionless soils, the angle of internal friction is based on the Standard Penetration test (SPT) data obtained in the field. For cohesive soil, unconsolidated undrained shear strength parameters were used for the analyses. The selected unconsolidated undrained shear strength parameters were based on a lower bound value of the undrained shear strength profile developed from the laboratory unconfined compression tests, unconsolidated -undrained triaxial compression tests, torvanes, and pocket penetrometers. • Rapid Drawdown: The rapid drawdown case models the condition where high floodwater saturates and piezometrically "loads" the slope and then quickly recedes leaving a large unbalanced piezometric head in the bank slope. This unbalanced force increases the shear stresses in the soils behind the slope. For this analysis, the 100 -year flood level within the pond was considered to be near the pond top of the bank and a completely saturated slope from the bottom of pond to near the top of the pond slope was considered for analyses. The water level within the pond was assumed to instantaneously drop from the 100 -year flood level to the bottom of pond. For earthen slopes, a most critical rapid drawdown case occurs when shrinkage cracks develop all through the slope soils due to the drying of the soil, the shrinkage cracks are filled with water as the water level rises in the pond and the slopes become "saturated" and then the water level in the pond drops rapidly. This case is most common in highly plasticity clay. As shrinkage cracks develop in the high plasticity clay after long periods of exposure to environmental conditions (wetting -drying, swelling -shrinking, etc.), the high plasticity clay shear strength degrades to weathered effective stress shear strength. Experience with shallow slope failure associated with matric suction loss and strength degradation suggests that realistic crack depths will vary between 3 and 8 feet with an 31 386 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 average of about 6 feet. Thus, based on the depth of assumed seasonal moisture variation zone, a crack depth of 7 feet was used for developing the weathered soil parameters. In order to incorporate the effects of weathering on the high plasticity clay shear strength, we used a weathered effective stress angle of internal friction (O',„) and weathered effective stress cohesion (C'W) for the rapid drawdown condition analyses. The 0', was assumed to be the residual secant friction angle of the soil and the C',W was assumed to be the mobilized cohesion intercept of the soil. • Long -Term: The long term design case represents steady state piezometric and stress conditions. When a slope is excavated, altered stress conditions create pore pressure changes within the slope and the undrained strength of the bank soils is mobilized. With time, the soil pore pressures adjust to the imposed stress and piezometric conditions and the bank soils rely on their available strength for long term stability. In this analysis, the static water level within the embankment soils and within the pond was assumed to be the water level measured in the borings. For earthen slopes, the shear strength of the upper 7 feet of the slope soils can degrade because of the weathering or wetting and drying and shrinking/swelling of these soils (especially highly plastic clays). Weathered effective stress shear strength parameters consisting of a weathered effective stress angle of internal friction (O,,,') and a weathered effective stress cohesion (C'w,), as described in the previous section rapid drawdown, were used to analyze the long term condition in order to account for the degradation of the slope soil shear strength due to weathering. 5.5.4 Loading Conditions. A surcharge load (construction or maintenance equipment) of 250 psf was assumed at the top of the bank and was considered for the short term (end of construction), rapid drawdown and long term conditions. 5.5.5 Factors of Safety. Based on the soil parameters and water level conditions discussed previously, slope stability analyses were performed for proposed 4(H):1(V) earthen bank slope for detention ponds HS -2 and CC -1. The results of these analyses are presented on Figures 14.1 through 32 387 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 14.12. The computed factors of safety for these soil conditions are also summarized below. Detention Boring No. Slope Soil Factor of Safety Figure No. Pond Boring No. Slope Case GB -79 Figure No. EC RD LT Pond HS -2 GB -72 4(H):1(V) 1 2.29 1.33 1.89 14.1, 14.2, 14.3 through GB -84 2 4.11 1.43 1.76 14.4, 14.5, 14.6 GB -78 Pond CC -1 GB -79 4(H):1(V) 1 1.86 1.31 1.95 14.7, 14.8,14.9 through 2 1.94 1.25 1.95 14.10, 14.11, 14.12 GB -84 Based on the above table of factor of safety for soil case 2, the proposed section of 4(H):1(V) slope does not meet the required factor of safety for rapid drawdown condition. Additional analyses was performed for this case by placing a 2 -foot thick clay liner at the side slopes and bottom of the proposed detention pond. The slope stability analyses results are presented on Figures 14.13 through 14.15 and in the table below. Detention Pond Boring No. Slope Soil Case Factor of Safety Figure No. EC RD LT Pond CC -1 GB -79 4(H):I(V) 2 2.10 1.34 2.04 14.13, 14.14, 14.15 through GB -84 As can be seen from the above table, the proposed detention pond with a 4(H):1(V) slope with a 2 -foot clay liner will meet the minimum required factors of safety. 5.5.6 Conclusions and Recommendations. A minimum factor of safety of 1.3 is considered acceptable for short term condition (end of construction and rapid drawdown conditions), while a minimum factor of safety of 1.5 is considered acceptable for long term condition. Based on the slope stability analyses results, the proposed detention ponds HS -2 and CC -1 with a 4(H):1(V) side slope will be stable. 33 388 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 The side slopes in the offsite detention ponds HS -2 and CC -1 may be improved by lining the slope bottom and along the slope (where sand and silt layers are encountered) with a 24 - inch thick clay liner for 4(H):1(V) slope inclination. Further, the shallow pond HS -1 may be improved by lining the slope bottom and along the slope (where sand and silt layers are encountered) with a 24 -inch thick clay liner for 4(H):1(V) slope inclination. Approximate horizontal limits of the cohesionless soils encountered in detention ponds are presented on Figures 15.1 through 15.3. The areas where silty sand and sandy silt encountered in the borings are given below. Detention Pond Boring No. Range of Depth, ft Soil Type HS -1 GB -70 5-9 Silty Sand HS -2 GB -72 6-11.5 Silty Sand GB -75 8-11 Sandy Silt CC -1 GB -79 13-16.5 Silt GB -80 12.5-20 Sandy Silt GB -82 13-21.5 Silty Sand 21.5-23 Silt GB -83 10-16.5 Silty Sand GB -84 10-30 Silty Sand 5.5.7 Clay Liner Properties. The properties of the constructed clay liner material should meet the following criteria: Property Criteria Coefficient of Permeability < 4 x 10"' cm/sec Soil Fines > 65% passing No. 200 sieve 34 389 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 Property Criteria Liquid Limit > 35 and < 65 Moisture/Density Relationship > 95% of maximum dry density at or above optimum moisture content Thickness Minimum 24 inches over granular/cohesionless soils 5.5.8 Borrow Material AnLlysis. Based on TxDOT "Texas Standard Specifications — 2014" Item 132, Type A, the liquid limit for select fill should not be greater than 45 and plasticity index should not be greater than 15. The soils that meet the TxDOT Fill Specifications criteria are: Detention Pond Boring No. Range of Depths, feet Soil Type HS -2 GB -75 4-8 Clay, Sandy CC -1 GB -82 6-13 Clay, Sandy GB -84 4-10 Clay, Sandy The borrow material (described earlier) at this site can be used as a backfill material for trenches and due to its swelling and shrinkage potential, it is least suitable as backfill for building pads or behind retaining walls. 5.5.9 Slope Protection and Erosion Control. It is expected that pond side slope sloughing and erosion will occur in areas where silty sand, sandy silt and silt were encountered near borings GB -70 in detention pond HS -1 borings GB -72 and GB -75 in detention pond HS -2 and in borings GB -79, GB -80, GB -82, GB -83 and GB -84 in detention pond CC -1. To minimize the sloughing and erosion, riprap with a woven geosynthetic beneath the riprap or a clay lining can be used to protect the slopes along these cohesionless soil zones as given below. 35 390 Geotest Engineering, Inc. McHard Road Extension City ofPearland, Texas Report No. 1140215001 May 19, 2017 Detention Pond Boring No. Range of Depth, ft Soil Type HS -1 GB -70 5-9 Silty Sand HS -2 GB -72 6-11.5 Silty Sand GB -75 8-11 Sandy Silt CC -1 GB -79 13-16.5 Silt GB -80 12.5-20 Sandy Silt GB -82 13-21.5 Silty Sand 21.5-23 Silt GB -83 10-16.5 Silty Sand GB -84 10-30 Silty Sand 5.6 Pavement Structure Design It is understood that McHard Road extension will be a 4 -lane boulevard with a rigid pavement from Cullen Boulevard to Mykawa Road. The project also includes construction of small section of pavement at the intersections of side streets at Adamo Lane, Stone Road, Max Road, Roy Road, Garden Road, O'Day Road, Hatfield Road, and Woody Road. The pavement design presented below was developed in accordance with "AASHTO Guide for Design of Pavement Structures," 1993 Edition. 5.6.1 Design Parameters Subgrade Soil Properties. Based on the laboratory test data obtained from the natural subgrade soils, the effective roadbed soil resilient modulus (MR) is estimated to be about 2,792 psi. Based on an estimated resilient modulus of the 8 -inch lime - stabilized subgrade, the effective modulus of subgrade reaction (k) is estimated to be about 62 pci. The effective modulus of subgrade reaction (k), with a loss of support 36 391 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 value of 1, was estimated to be about 110 pci for a composite base/subbase course consisting of 1 -inch bond breaker (ASB) over 6 -inch cement stabilized base (CTB) and over 8 -inch lime stabilized subgrade. Traffic Data. A traffic data of approximately 10.6 x 106 ESAL (W18) over a 30 year design period was utilized for the pavement design for McHard Road extension. This traffic volume is based on a total of 11,633 vehicles per day with 3% truck traffic and a growth rate of 2% as provided by Freese and Nichols, Inc. and also meeting the minimum requirements for major thoroughfare road per City of Pearland Standards. A traffic data of approximately 0.33 x 106 ESAL (W 18) over a 10 year design period was utilized of the pavement design for the side streets. This traffic volume is based on a total of 1,000 vehicles per day with 2% percent busses and 2% truck traffic with a growth rate of 2%. Other Desian Parameters. Other design parameters used in the development of rigid pavement and flexible pavement (side streets) thickness are given below: TxDOT Criteria Material Properties of Concrete: Modulus of Elasticity of Concrete (Ec): 500,000 psi Mean value of Modulus of Rupture of Concrete after 28 days (S' J: 620 psi Load Transfer coefficient (J): 2.6 Drainage coefficient (Cd): 0.95 Overall Standard Deviation (So): 0.35 Reliability Level (R): 95% Serviceability Index Initial (Po): 4.5 Terminal (Pt): 2.50 37 392 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 Reinforcement Variables Allowable Working Stress (fs): 45,000 psi (grade 60 steel) Friction Factor (F): 1.8 City of Pearland Criteria Material Properties of Concrete: Modulus of Elasticity of Concrete (E,,): 3,600,000 psi Mean value of Modulus of Rupture of Concrete after 28 days (S' j: 650 psi Load Transfer coefficient (J): 3.2 Drainage coefficient (Cd): 1.20 Overall Standard Deviation (S,,): 0.35 Reliability Level (R): 95% Serviceability Index Initial (Po): 4.5 Terminal (Pt): 2.50 Reinforcement Variables Allowable Working Stress (Q: 45,000 psi (grade 60 steel) Friction Factor (F): 1.8 Flexible Pavement. • Flexible Pavement: Overall Standard Deviation (S.): 0.45 Reliability Level (R): 90% Serviceability Index Initial (P.): 4.2 Terminal (Pt): 2.0 Layer, coefficient: W 393 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 al, a2, a3 = layer coefficient for surface, base and subbase course, respectively. Values of the layer coefficient for each pavement material are as follows: al = 0.44 for HMHL asphalt concrete surface a2 = 0.34 for Asphalt concrete black base = 0.23 for Cement stabilized base = 0.17 for lime and flyash stabilized base a3 = 0.11 for Lime stabilized soils Drainage coefficient: M2, m3 = Drainage coefficient for base and subbase layers; m2 = 1.15 and m3 = 1.15 (based on a fair quality of drainage) 5.6.2 Recommended Pavement Section Based on the design parameters described above and the AASHTO design procedures, the thickness of rigid pavement for McHard Road and flexible pavement for side streets were determined. The recommended pavement sections are given below: 5.6.2.1 McHard Road TxDOT Criteria Pavement Course Thickness, inches Reinforced Concrete (CRCP) 10 Bond Breaker 1 Cement Stabilized Base 6 6% Lime -Stabilized Subgrade 8 39 394 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas City of Pearland Criteria Report No. 1140215001 May 19, 2017 Pavement Course Thickness, inches Reinforced Concrete (JRCP) 10 6% Lime -stabilized subgrade 8 For the 10 -inch continuous reinforced concrete pavement (CRCP), the required longitudinal reinforcing steel and transverse reinforcing steel as provided in TxDOT drawing CRCP(1)-13 should be followed. Based on the reinforcement variables and recommended pavement section, the minimum required longitudinal and transverse reinforcing steel (No. 4, Grade 60 Steel) spacing for 10 -inch concrete pavement are 12 inches and 30 inches, respectively. The reinforcement details should be followed in accordance with TxDOT Standard Specification Item No. 440. 5.6.2.2 Side Streets (Flexible Pavement). Pavement Course Thickness Inches As haltic Cement Concrete 2 Black Base 6 5% Lime stabilized subgrade 8 MI Pavement Course Thickness Inches Asphaltic Cement Concrete 2 Black Base 9 5.6.3 Preparation of Pavement Subgrade Based on the field and laboratory test data, the subgrade soils at this site consist of clay and sandy clay of high plasticity. These soils should be stabilized with approximately 6 percent lime to a depth of at least 8 inches. This corresponds to approximately 40 pounds of hydrated lime per square 40 395 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas Report No. 1140215001 May 19, 2017 yard based upon a soil dry unit weight of 110 pcf. The actual percentage of lime must be confirmed by laboratory tests at the time of construction. Subgrade preparation for the proposed pavement should consist of stripping, proof -rolling, and stabilization. The following procedures for subgrade preparation are recommended: 1. Strip the surficial soils to a suitable depth to remove all surficial vegetation and achieve grade. In isolated areas where soft, compressible, or very loose soils are encountered, additional stripping may be required. Stripping should extend to a minimum of 2 feet beyond the edge of the proposed pavement. 2. After stripping, the exposed surface should be proof -rolled with a minimum of 3 passes of a 30 -ton pneumatic -tired roller or a partially loaded truck utilizing a tire pressure of approximately 90 psi. If rutting develops, the tire pressure should be reduced. The purpose of the proof -rolling operation is to identify any underlying zones or pockets of soft soils so these weak materials can be removed and replaced. 3. Lime stabilization of clay and sandy clay subgrade should be performed in accordance with TxDOT Standard Specification Item No. 260. 41 396 Geotest Engineering, Inc. McHard Road Extension City of Pearland, Texas 6.0 CONSTRUCTION CONSIDERATIONS 6.1 Drilled Shaft Foundation Installation Report No. 1140215001 May 19, 2017 Drilled shaft construction should follow TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004, Item 416. Due to the presence of water bearing cohesionless soils encountered at the site, it is anticipated that shaft installation will require the use of slurry displacement methods, and possible surface casing. The surface casing is temporary and shall be retrieved as outlined in TxDot Standard Specifications. If structural design calls for shaft diameters in excess of 60 inches to terminate in sand, we recommend a more restrictive construction specification that limits slurry sand content to four (4) percent. 6.2 Driven Pile Foundation Installation Piling should be installed in accordance with TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004, Items 404 and 409. The allowable skin friction curves, presented on Figures 6.1 through 6.7, were based on the assumption that the piles will be installed by driving. 6.3 Groundwater Control Excavations for the water, sanitary sewer and storm sewer lines may encounter groundwater seepage to varying degrees depending upon the groundwater conditions at the time of construction and the location and depth of the trench. In cohesive soils, if groundwater is encountered then it may be managed by collection in trench bottom sumps for pumped disposal. In granular or semi cohesionless soils, as encountered near borings GB -52, GB -55 and GB -63 at the invert or within 3 feet below bottom of invert, dewatering such as vacuum well points for excavation depths up to 15 feet or deep well with submersible pumps for excavation depths greater than 15 feet will be required to lower the groundwater level to at least 5 feet below the bottom of the excavation. It is recommended that the actual groundwater conditions should be verified by the contractor at the time of construction. It is contractor's responsibility to perform appropriate groundwater control during construction. 42 397 Geotest Engineering, Inc. Report No. 1140215001 McHard Road Extension May 19, 2017 City of Pearland, Texas 7.0 PROVISIONS The subsurface conditions and design information contained in this report are based on the test borings made at the time of drilling at specific locations. Some variations in soil conditions may exist between test borings. Should any subsurface conditions other than those described in our boring logs be encountered, Geotest should immediately be notified so that further investigation and supplemental recommendations can be provided. The depth to the groundwater level may vary with changes in environmental conditions such as frequency and magnitude of rainfall, as well as area construction activities. The analysis and recommendations presented in this report are based, in part, upon the data obtained from subsurface explorations made at the time test borings were drilled at specific locations. The stratification lines on the boring logs represent approximate boundaries between soil types. Actual transitions between soil types may be more gradual than depicted. This report has been prepared for the exclusive use of Freese and Nichols, Inc., City of Pearland, and TxDOT, specifically for the design of the McHard Road Extension project in Pearland, Texas. This report may not be reproduced in whole or part without the written permission of Geotest Engineering, Inc., Freese and Nichols, Inc., City of Pearland, or TxDOT. 43 398 ILLUSTRATIONS FiF,ure VicinityMap.......................................................................................................... 1 Planof Borings...................................................................................................... 2.1 thru 2.6 BoringLog Profile................................................................................................. 3.1 thru 3.7 Symbols and Abbreviations used on Boring Log Profile ...................................... 4 Skin Friction Design — Drilled Shaft Design (Accumulative Graphs) .................. 5.1 thru 5.7 Skin Friction Design — Driven Pile Design (Accumulative Graphs) ..................... 6.1 thru 6.7 Point Bearing Design — Drilled Shaft Design........................................................ 7.1 thru 7.7 Excavation Support Earth Pressure........................................................................ 8.1 thru 8.3 Stability of Bottom for Braced Cut............................................................................... 9 Vertical Stress on Pipes Due to Traffic Loads.............................................................. 10 Earth Pressure on Pipe and Casing Augering............................................................... 11 Lateral Earth Pressure Diagram for Permanent Wall ............................................. 12.1 thru 12.3 Uplift Pressure and Resistance.............................................................................. 13 Slope Stability Analyses for Detention Ponds ....................................................... 14.1 thru 14.15 Possible Horizontal Limits of Cohesionless Soils ................................................. 15.1 thru 15.3 399 To To Alvin Geotest Engineering, Inc. VICINITY INITY MAP (NOT TO SCALE) FIGURE 1 400 K[ SiA-1.aa.0a m W J `pearl m o.m.o5 0.00 wr 2Y 00•E, 2.'MW !AS swo 'a'06 MCHARD RD 16#0° gaud GBLS` G83. 5.00-� LIY +SaOD� . RaS er os'e lwoo . I,eri.g5' N O z.la Ln 0 5a' 100' ZOp' sP oYE zo.m. R su z+.m.as N scaa.t: u+ v€cr N su fea3lse G&52' w LEGEND Z za.ao- L21- rs.eo _3 t9 Boring R SrA +aws.eo = 23' aai M. R SIA 2{+05.IY (� yy Boring ROr • *n 5+a.sn' Q w{Piezometer R2' it oow 2ea5e a _:.._ LN 00 a 1n t FREES61 �IIINCHOLS ne& s. xu2 U-1 Z J H 4 HORIZONTAL ALIGNMENT � DATA Mc M ROM CI LLEN OLIO ...— RJ ,iEEi a IJ 21 Ta— Deparbn t of 7rmpertaaan (c}m1a r1UVtl[ as o C , t1AY1: MTA D O 6. 1335' } R .2000.00' U')15+00 '� T. 232.3V C1 y L - w3.42' f+OC STA w42S51 A�V% Q R . tamta T L - 4]4.15' W C2 Z _1 10 X x 6 . 1J_W saw p SIA N13].tl T . mfiaa' c, � L . 451.31' aLW 9 e - 34Jn• R . R6s.00 i t7 T -306 Jb' I � L - 402.Bb 1�RC STA 52r]0.S9 Y+t M I W �► I to.ao STA 5]f 5039 aiA m.wI %Ra ---37— T - J40.z11' � l -0.56. W' C13- / cu�uuw*u J I . J].58 R - ]55O 330' .. t . L - 616.R6' u+ 1 Nz 4e• ]iw t,45zw• 03 /r m STA 60 W" I / MCHARD RD W4W %STA 12135.25 M) W VE 410A1' PLAN OF BORINGS LEGEND !9 Boring Boring w/Piezometer MFREESE INICHOLS Re�ayne ule�x T S w� 1351 H (e1a)Y.se64]oo Lo- - (6111 M6� HORIZONTAL ALIGNMENT DATA MROM WLL£N 61. Lv0 To NYKAWA RO SHEET 4 Or ] tl6D'.r.. Orintnnt 6f rrmuparzaN6n � 1 (D N2' i CU Oti,.32" O — 6CA�.E IN iEFi Q O U) LEGEND O+ W ti Boring Rer ao' u2 Z_ o mw9 a.a,5.us' e9.ro.m °5'04 ,19 A� HARD RD JSl05 Q ... +^C Boring wJPiezOnlet¢f J JJJJJJ 99.00 � = 13.55 aw5 95.55 W U 497 W' i a Of O n r R 205-.55 0 7 - ]..JS' O95.C- L - Now, L O + + l - ]J932' 54 Os -,00«00 PC PI STA 117 104+A1,21 ,55.55 + rm NICNOL 93A S .° ZI1.05.0. � a55 ury Jzza � ....... _.. —... ----p 110«00 &-a9. 5 GB - J ,Wa-0 R STA 1O 34.90 103.05 cu " �_ i:e; _. T__.. »w_—.-...�...._.... W - es«55 = 8 r9c su ,-9«J9.Se n6. "°+°° McHARD RD Z J Q x >ula5' -6r iis.o- HORIZONTAL ALIGNMENT wRrr A yr sr6 ii5.x+.5a = DATA � r. VL9T e.9.Jz U l . N2.6' 7 ,�90.. Q 4cNAR5 ROAO w l . 34,19' CULLEN 9LW M M—WA A5 Z W D' RT SJ' S9^N' cl, ]HELI 3 (f 1.246.47 �J Tesaa Beparlment 5J ]YnnrpSHatt9n �Qc xme am.M _ >- ...R1 n I�.� S_ R%A9 IZ BRAZOWA ...__ ___._........ PLAN OF BORINGS 912 Jt P95 A — A O W 17.19-�/• N � N` o LIS � 1�b�j Td � a . 7DOD.00 a zu tns].]a. i5 McHARD RD tz0a05 1efO0 n ETA 128.11.75 O LEGEND O E 6: + ti Boring WS .I - -}_ -_ _ - +�__._F, R ' Il) Z - $)i 15' 17-E T = 207.1' Il)8-62 - --..-... - zSD.m• L - yeD.7a' Boring J VC STA 13D.S8.51 1]0100 OT STA 1.Sb.AB.b] Q w/Piezometer H m NST Is. ])2 IC STA t] S] f]5.w G✓}63 G70P ` _ _ W llswDlaAe.za• 8, NST W]7Y- FT M, -2).]7 _ Z B I,1Ae»' ¢Is G8-71 - J G3 s. +aar s7s ]r WE _ 1mm ' 03035',03035'T 3035' U )^ T ..7)9.1!' ws MTA D] 1]5100-' ,Q L .551.55• Vt STA 120.78.02 J r 0 I - le.er as R -2035.00' .O T -70]31' 188.6 L - SSO.N• FT Sih iT_ b NT OA' 171Y iu.rw�i��r �KNN o m�ww.L 7 01W FREESE 0 00 MINICNOLS M sB9 W' a4,< } Y Na. A0' )ti swam Ln 73]5 .201 - (0311 ♦35-.)00 A - n178' U t5510D - w srA la5rla.11 McHARD RD A6i0D 5p`00 Z.._ ----- J ........ ... ........ ...... _ LJ = 38-64 _ Z HORIZONTAL ALIGNMENT tw1aD 1swoD � DATA N �S L) ..... .... Mc...... Q PI STA t,lB+p SS w�, 291= WLLEN KW N YTKANA RO 51oD w 1]s1x37 6 8 VYYY-73 2-o li' GB -74 L7) _.. .C-4' SGB -72. Q NS •'m' 41-W .-1 0 .1 1 n ArLl 2 -}' Pews Dap-bwnt Df 75n]lspo7Ww- 70i6 �STP MN 132W W R TeAA$ 12 gbL7tltlA PLAN OF BORINGSIf IFIGURE 2.4 PLAN OF BORINGS T 0 N HORIZONTAL ALIGNMENT DATA NiPRU ROPU cuuEN eLw ro urrcewA Ro Tams DepaThnBRz 6J hnnsyRlutim: I (ep91a URE 2.5 13f -i z 1 L18 SGV.E W FEEL a O v �� 165106 s - 5.J3' R - 1965.00' �u!4'SS36L1 - 1U3'u.00' R - 200000 � In r %?0 X STA 161161tl L x •67.9]' T - 9].16 END BTA 16tf96.81 v0 Si ,60f53.05 N"z M• �� ro -NB6' S5' 29-E ai l"w R 5TA IBaiB6.13 )7pi0D L10 N66• i6' WE q a 2mo.,9' ,Bpi00 l29 -l9 R STA I..m, a � 28X0¢- - R SrA IIBiW.58. � H w MCHARQ 1T5i00 180100 a GB-fi7 — GB -68 Ini9r Y cre ,.. uD J TSr r76.oO / ,eoioD J ..� = (_7 R sra 15Ri71 >B wz a' D6Y 261.aN I+C sT4 IMi01.6! 1T6w6 N67 21' OOi M6T 21' at N6T N' OBE L L3Y ~ 155f IN 100 712. W' 1.870.16• aSl.>6' R STA 182i2t.56 R BTA 166¢67!3 m BTA IWi64.H v9[ ,GB -75P s:. i�rA `� 8 R . z6oD.oD'+GB-76�, cn T .64.00' i f7 SIA 16-7.23 1-169.51• 4_ LEGEND .41 / ,..6X3.96• Boring GB -78 Boring GB -77 w/Piezometer �9NI�ilOLS �wo9 _ plz%aow.wr� sww as3z a � PLAN OF BORINGS T 0 N HORIZONTAL ALIGNMENT DATA NiPRU ROPU cuuEN eLw ro urrcewA Ro Tams DepaThnBRz 6J hnnsyRlutim: I (ep91a URE 2.5 V 2 -79 9.6 N4 PROPOSED AOAMO LN r POND CC -I 0 0 o GC ENGINEERING, INC ed U- R - t— F— zsm p— WTERCEFTUR ST 0 rFREESE MINICHOLS sa Eli McHARD ROAD EXTENSION DRAINAGE LEGEND Boring OVERALL POND LAYOUT Boring POND CC -I a Inis w/Piezometer POND SUMMARY a$ \ M1rnb H11-1 DI T—P.It.t- 2 FLOOD IN M TIGATION REQUIRED 1.0 AC-1VT 1. STORM WATER DETENTION REQUIRED - 112 I AAkYV A ?R- I "', 3� TOTALPP'A D VOL ME REQUIRED 14.2 AC -FT ON U 4. TOT, POND VOLUME PROVIDED ULD AC -FT 5. 100 -YR W.S.E. - 47.0 FT IOU 6. OUTFALL STRUCTURE - 1-6*X4' BOX AT EL 34.70 FT 'A , A PLAN OF BORINGS I W2 1 31 1 M I IFICHIRF 14 ot Alt T 11CU— V 2 -79 9.6 N4 PROPOSED AOAMO LN r POND CC -I 0 0 o GC ENGINEERING, INC ed U- R - t— F— zsm p— WTERCEFTUR ST 0 rFREESE MINICHOLS sa Eli McHARD ROAD EXTENSION DRAINAGE LEGEND Boring OVERALL POND LAYOUT Boring POND CC -I a Inis w/Piezometer POND SUMMARY a$ \ M1rnb H11-1 DI T—P.It.t- 2 FLOOD IN M TIGATION REQUIRED 1.0 AC-1VT 1. STORM WATER DETENTION REQUIRED - 112 I AAkYV A ?R- I "', 3� TOTALPP'A D VOL ME REQUIRED 14.2 AC -FT ON U 4. TOT, POND VOLUME PROVIDED ULD AC -FT 5. 100 -YR W.S.E. - 47.0 FT IOU 6. OUTFALL STRUCTURE - 1-6*X4' BOX AT EL 34.70 FT 'A , A PLAN OF BORINGS I W2 1 31 1 M I IFICHIRF 14 CH -49 y 35 n P cw _ I d <s F i s� S� 15+- UNF.9N_ WKS: i. s.x =:�urc a.l rw o •o imo mccl n nr�wico• om elf . �xm c piny xupwrP ce w omens n urpw,nm�al w�nq a[alone ony. �dunl c of Wls batweeo porinys moy _differ Irom Ine prolik anown n 3. S—loys of Dorrq for pcloilcE Jcacrivbon of Ic • Iarx0 n xnc �ppnnolx. 1. Sr:e fiq: < for xy.— , abb•e., IZ on O;h'e i S. Croc-nd y c Nr+valion ol�eccn po/�yoocO.lm ws hcsec ion av vry Cclo iravaea to �x by cveea e:IJ N:cw's Ceotesl Engineering, tnc. 16" to 4e" ;ewer �5 I 1 I BORING LOG PROFILE McHord Rood e Rq0 Oq Bpfl PCO HMzo., L SCNi M "CF.r CB -56 21 k 1 11". =dlill! 1=11=1 .1 wfinr P.,.,. —1 n A. s- s.C, — . —1— .—�, 10 1. " I— ld I Geofest Engineering, Inc. GB -58 GO 60 Proposed 30' to 36" Storm Sewer av te -13 BORING LOG PROFILE McHord Road a am m eco MEMEL= "'W. S . .... . ..... PMP0@6d 24* to Air Proposed 24" to 38" GB-62 SWm $fter Iii Storrs Sewer GB-51 GB-63 GB 64 c. Er A c., cl N.SC. Id sr jl BORING LOG PROFILE rraev.E Nines: McHord Road t. see 1,�I' 1 2.1 1.*1 ce 1p 1 .,d 7. Uoto 2W_ 0o ec0 5. ol .1-id.d IT us py Geotest Engineering, Inc. cf%f - NOTES GB -66 Ismpowd 24' to 30w Storm sewer 1. Sea E o° a Zs •o ooproa mole wcctmc o d, os c�a oo'il. �eccon. 2. eom r. q s bsm1 11i Jfllone raven bteineJ Don µq �xoflo�. only. ncwm comaione W -1o Mega nor vole. ima.aee , Here. �. See bqa or eonn� m ncmtmc a cdnl�nn n voila o surlwrse i cccn eomnoM. <. Sea�q�••a < r vu Iron cblr Cvieliu.is r.om reJ o ,e'.nie a-ufilc.n �. .o..rJ i k tion el �e n ..o•inq lecol'on w..s wseJ en a-1,Jeto urovW Io eo ca by ,`uttu enC Nienola eC reotest Engineering. Inc. BORING LOG PROFILE McHord Rood 0 X10 <0p .Op tlW H Zcx K S C IN %EEI FIGURE 3.4 C C A rt 55 45 LJ 35 w CIO r1. Z Z O Q �Q > - w w 25 CO �Q ti n 15 5 55 5 15 GENERAL NOTES: 1. See Figure 2.4 for approximate location of borings and profile section. 2. Data concerning subsurface conditions have been obtained at boring locations only. Actual conditions between borings may differ from the profile shown here. 3. See logs of boring for detailed description of soils encountered in each borehole. 4. See Figure 4 for symbols and abbreviations used on this profile. 5. Ground surface elevation at each boring location was based on survey data provided to us by Freese & Nichols. 5 15 BORING LOG PROFILE Detention Pond HS -1 0 100 200 300 400 HORIZONTAL SCALE IN FEET j GB-72 GB-75F CB-76 B 76 GB 77 -73 c c � Approx. Bottom of the Pond at EI. 37.6 ft e` : to EI. 39 R. v/s•-v/sl a ss "tea' a I cn n�V it y f' �15 I .5 cpNEN� NOTES. BORING LOG PROFILE Detention Pond HS-2 1. Scc %iyuu•ca l.1 @ 2.5 for opop•ov ma, eh bccyon nl mrinya r�Nolile s Ilion. 7. '] Inc rnq rl«a O�l'on W.n ohlnirN of 9 colane olvy. Aclu ne�ticne petwee� po•irgs mny e�lln frarn 1pe ?rolile hown n ]-mimmm. See o9so t piing for sloilce Cuvciyliu:� of sail? er ou tersOa en�.le pwel:oe. see l iyu•e a 4n vynpala cne ubwcr`cfors uaae on this arolik. -... — J S. Grown al.-facc ekvcl.or et a«h lwr�ny oceuon rca —d wl eu vey Bolo lo us try freeze @ Nicno s. 116i2(MTN 5'('Jl2 �N f�El Ceotest Engineering, Inc. FIGURE }.d ab aL N GB-79 GB 80 GB 01P G9-02 GO84 _ —A v/S. ��•. 5 L � �—N7 G 'n_rE Appmx. Bottom of the Pond at EI. 35.5 ft. to EI. 34.5 ft. a1 s 5L 4 I I I BORING LOG PROFILE UFNENFL NUTES: Detention Pond CC-1 1. s.. ro^,� zs mr 0000aimma Iperr m oro pr rte xtt nn e�mapn. Hoop pJO°0gel�med a •k�'• :nrMa pny. 7. opm °dos x.• M:uvi c ori n pelreenepo•erps rnoy Jilfer from a +rolile shorn hero. ool `. 5ec lvyt poring for c e desuiyGar cl v�>„ Icr J in aoch bo•enok. 1pnU ^:1'la - d 1W !dU X00 e� . 5ec Sir < for .Yc fwk obbrevo:ions vacd u Ciulik. eo 5. Crovnd w ev 1':ur o e boron locv,xxi res oos on sv vey eo.o nronced -I _...... to :rs Iyer'«eac h kKnols. XOkMN:AI SUME , Ceotest Engineering, Inc. Flrl IRF'1 ] SYMBOLS AND ABBREVIATIONS USED ON BORING LOG PROFILE LEGEND MEE 11 CLAY SAND SILT CLAY, Sandy CLAY, Silty SAND, Clayey SAND, Silty M I SILT, Clayey SILT, Sandy `.' MUCK, PEAT ASPHALT or LIGNITE or HMAC #### 8 SLAG PAVEMENT 000 00 000 ao 000 00 GRAVEL D D'D CONCRETE Y Depth of Water Encountered During Drilling F 71 SANDSTONE SHALE or LIMESTONE or SILTSTONE CLAYSTONE 999• S:S�S:) 999 � 9 f:S S'i � 990 j?jj?99 SHELL BLACKBASE RUBBLE or DEBRIS I♦ A Depth of Water after Completion of Boring (for details see individual boring log) ABBREVIATIONS USED FOR CONSISTENCY/DENSITY COHESIVE SOILS V/So : Very Soft So Soft Fm Firm M/St Medium Stiff St Stiff V/St Very Stiff Hd Hord V/Hd Very Hord COHESIONLESS SOILS V/Lo Very Loose Lo Loose S/Co Slightly Compact Co Compact M/De : Medium Dense De Dense V/De Very Dense FIGURE 414 + 51.3 +41.3 +31.3 ------------------ Unit Frictional Resistance ----------------------------------------- t`G. 00 _ PoLJt� i i Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 20 D 3 e 0 P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (TIF) FIGURE 5.1 SAGeolechnical Jobs11140215001 -City of Pearland McHard Road Expansion\WinCore Design\114D215001_Roadway_Storm Sewer Traffic Signals_ G649,56,58,60,62,64,68.CLG 415 SKIN FRICTION DESIGN ®n. err � m WinCore County Brazoria Hole GB -49 District Houston Version 3.1 Highway McHard Road Structure Traffic Signals Modification Date 1-6-16 Control 0912-31-290 Station 0+64.4 Grnd. Elev. 51.30 ft Offset 31.6' RT GW Elev. N/A Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 0 + 51.3 +41.3 +31.3 ------------------ Unit Frictional Resistance ----------------------------------------- t`G. 00 _ PoLJt� i i Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 20 D 3 e 0 P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (TIF) FIGURE 5.1 SAGeolechnical Jobs11140215001 -City of Pearland McHard Road Expansion\WinCore Design\114D215001_Roadway_Storm Sewer Traffic Signals_ G649,56,58,60,62,64,68.CLG 415 +40.1 +30.1 E I +20.1 e V (Ft) + 10.1 +0.1 -9.9 -400 i i , --------------------- O0 G'�� v G r< �E Unit Frictional Resistance t i , i ----------------------- ------ Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) -- FIGURE 5.2 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68.CLG 416 SKIN FRICTION DESIGN WinCore County Brazoria Hole GB -56 District Houston Version 3.1 Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 58+00.00 Grnd. Elev. 50.10 ft Offset 10' RT GW Elev. N/A Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 +50.1 +40.1 +30.1 E I +20.1 e V (Ft) + 10.1 +0.1 -9.9 -400 i i , --------------------- O0 G'�� v G r< �E Unit Frictional Resistance t i , i ----------------------- ------ Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) -- FIGURE 5.2 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68.CLG 416 WinCore Version 3.1 +50 '+40 +30 E 1 +20 e V Ft + 10 ( } 0 -10 20 SKIN FRICTION DESIGN County Brazoria Hole GB -58 Highway McHard Road Structure Roadway/Storm Sewer Control 0912-31-290 Station 78+09.3 Offset 9.9' LT Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 District Houston Date 1-7-15 Grnd. Elev. 50.00 ft GW Elev. N/A -------------------- Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) ---- FIGURE 5.3 ' SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 417 WinCore ' Version 3.1 '+50 '+40 +30 ' E I +20 ' e V F +10 t ' 0 -10 -20 SKIN FRICTION DESIGN County Brazoria Hole GB -60 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 Control 0912-31-290 Station 98+36.9 Grnd. Elev. 50.00 ft Offset 12' LT GW Elev. N/A Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 , , , s ccUm�,at`ve c . �A i � grit F rictiopai Resistance -------------------- ------------------ -_--- ____--_ Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) -- FIGURE 5.4 fS9Geotechnical Jobs\ 1140215001 -City of Pearland McHard Road Expansion\WinCore Design\1140215001 Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68.CLG 418 'WinCore Version 3.1 '+48.9 '+38.9 +28,9 ' E I +18.9 e V + 8.9 (Ft) ' -1.1 -11.1 21 1 SKIN FRICTION DESIGN County Brazoria Hole GB -62 Highway McHard Road Structure Roadway/Storm Sewer Control 0912-31-290 Station 118+00.8 Offset 15.9' LT Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 District Houston Date 1-11-16 Grnd. Elev. 48.90 ft GW Elev. N/A Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 10 20 D 30 e P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (TIF) FIGURE 5.5 tSAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer Traffic Signals_GB49,56,58,60,62,64,68.CLG 419 'WinCore Version 3.1 +47.3 1 '+37.3 + 27.3 E I +173 ' e v + 7.3 (Ft) ' -2.7 ' -12.7 t -22.7 SKIN FRICTION DESIGN County Brazoria Hole GB -64 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 Control 0912-31-290 Station 139+39.9 Grnd. Elev. 47.30 ft Offset 10.1' RT GW Elev. N/A Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 : 1 PGGJ�J �- Unit Frictional Resistan ce ---- _ - - -----_--- t--------------------- ------------------- ----------- i E --------"---------- ---------------------- Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 5 10 15 20 Accumulative Friction (TIF) 25 M 10 IC 30 e P t h 40 (Ft) ------ 50 -- 60 70 30 FIGURE 5.6 SAGeotechnical Jobs11140215001 -City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Storm Sewer—Traffic Signals_ GB49,56,58,60,62,64,68.CLG 420 'WinCore Version 3.1 '+44.7 1 '+34.7 ' + 24.7 ' E 1 +14.7 ' e V + 4.7 (Ft) ' -5.3 t ' -15.3 25 3 SKIN FRICTION DESIGN County Brazoria Hole GB -68 District Houston Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Control 0912-31-290 Station 181+20.2 Grnd. Elev. 44.70 ft Offset 15.3' RT GW Elev. N/A Drilled Shaft Design: Soil Reduction Factor = 0.7 TAT Friction Values Used Skin Friction Limit = 0.88 tsf per TxDOT Houston District Practice Unit Frictional Resistance (T/SF) 0 1 2 3 4 --------- Y p,G U�1 t F ricfional ----� -------- - Resistance i Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (T/F) — FIGURE 5.7 SAGeotechnical Jobs11140215001-City of Peariand McHard Road ExpansiontWinCore Design11140215001_Roadway_Storm Sewer Traffic Signals_GB49,56,58,60,62,64,68.CLG 421 he 'WinCore Version 3.1 1 '+51.3 '+41.3 '+31,3 ' E i +21.3 ' e v ' + 11.3 (Ft) '+1.3 ' -8.7 187 SKIN FRICTION DESIGN County Brazoria Hole Highway McHard Road Structure Control 0912-31-290 Station Offset Piling Design: No Soil Reduction Factor TAT Friction Values Used Sk• F' f I• ' -12 GB -49 District Houston Traffic Signals Modification Date 1-6-16 0+84.4 Grind. Elev. 51.30 ft 31.6' RT GW Elev. N/A m I i ion emit - . 5 tsf Unit Frictional Resistance (T/SF) 0 1 2 3 4 , a , J Unit Frictional Resistance , 's i i----------------- ----------_____----------__----- Note: The designer should take into account the effects of seasonal moisture variation by subtracting the accumulated skin friction at the depth to which seasonal moisture variation occurs from the total accumulated skin friction at the design tip penetration. 0 iN7 20 D e 30 P t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (TIF) FIGURE 6.1 tSAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\wnCore Design\1140215001_Roadway_Storm Sewer_Traffie Signals_GB49,56,58,60,62,64,68.CLG 422 10 20 D 30 e p t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.2 ' SAGeotechnicat JobsN 140215001 -City of Pearland McHard Road Expansion\WinCore Design\1 IA0215001_Roadway_Storm Sewer_ raffic Signals_GB49,56,58,60,62,64,68.CLG 423 SKIN FRICTION DESIGN ' E I Y�' r - ter. +20.1 ' e WinCore County Brazoria Hole GB -56 District Houston Version 3.1 +0.1 ' Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 -19 9 Control 0912-31-290 Station 58+00.00 Grnd. Elev. 50.10 ft Offset Piling Design: No Soil Reduction Factor 10' RT GW Elev. N/A TAT Friction Values Used ' Skin Friction Limit =1.25 tsf Unit Frictional Resistance (T/SF) 0 1 2 3 4 ' 0 10 20 D 30 e p t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.2 ' SAGeotechnicat JobsN 140215001 -City of Pearland McHard Road Expansion\WinCore Design\1 IA0215001_Roadway_Storm Sewer_ raffic Signals_GB49,56,58,60,62,64,68.CLG 423 + 30.1 ' E I +20.1 ' e V 'Ft { ) + 10.1 +0.1 ' -9.9 -19 9 10 20 D 30 e p t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.2 ' SAGeotechnicat JobsN 140215001 -City of Pearland McHard Road Expansion\WinCore Design\1 IA0215001_Roadway_Storm Sewer_ raffic Signals_GB49,56,58,60,62,64,68.CLG 423 __=�* SKIN FRICTION DESIGN ,. WinCore County Brazoria Hole GB -58 District Houston Version 3.1 ' Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-15 Control 0912-31-290 Station 78+09.3 Grnd. Elev. 50.00 ft Offset 9.9' LT GW Elev. N/A ' Piling Design: No Soil Reduction Factor TAT Friction Values Used Skin Friction Limit =1.25 tsf Unit Frictional Resistance (T/SF) 0 1 2 3 4 0 + 50 +40 1 +30 E I +20 1 e V + 10 (Ft) ' 0 -10 20 10 20 D 30 e p t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (TIF) FIGURE 6.3 fSAGeotechnical Jobs11140215001 -City of Pearland McHard Road ExpansionMin Core Designli 140215001_Roadway_Storm Sewer—Traffic Signals_ GB49,56,58,60,62,64,68,CLG 424 + 50 '+40 +30 E 1 +20 ' e V Ft + 10 () a -10 20 10 20 D 30 e p t h 40 (Ft) 50 60 _ 70 0 5 10 15 20 25 30 Accumulative FrictionTIF ( ) FIGURE 6.4 S1Geotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals GB49,56,58,60,62,64,68.CLG 425 SKIN FRICTION DESIGN r- WinCore County Brazoria Hole GB -60 District Houston Version 3.1 Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 Control 0912-31-290 Station 98+36.9 Grnd. Elev. 50.00 ft Offset 12' LT GW Elev. NIA ' Piling Design: No Soil Reduction Factor TAT Friction Values Used tSkin Friction Limit = 1.25 tsf Unit Frictional Resistance (T/SF) 0 1 2 3 4 0 + 50 '+40 +30 E 1 +20 ' e V Ft + 10 () a -10 20 10 20 D 30 e p t h 40 (Ft) 50 60 _ 70 0 5 10 15 20 25 30 Accumulative FrictionTIF ( ) FIGURE 6.4 S1Geotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals GB49,56,58,60,62,64,68.CLG 425 , - SKIN FRICTION DESIGN ' E 1 WinCore County Brazoria Hale GB -62 District Houston Version 3.1 (Ft) + 8.9 ' Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 118+00.8 Grnd. Elev. 48.90 ft Offset 15.9' LT GW Elev. N/A ' Piling Design: No Soil Reduction Factor TAT Friction Values Used ' Skin Friction Limit = 1.25 tsf Unit Frictional Resistance (TISF) 0 1 2 3 4 0 +38.9 10 20 D 30 e p t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.5 ' S:\Geotechnical Jobst1140215001-City of Pearland McHard Road ExpansionWiinCore Design11140215001_Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68,CLG 426 +28.9 ' E 1 +18.9 e V (Ft) + 8.9 f -11.1 21 1 10 20 D 30 e p t h 40 (Ft) 50 60 70 ' 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.5 ' S:\Geotechnical Jobst1140215001-City of Pearland McHard Road ExpansionWiinCore Design11140215001_Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68,CLG 426 ' +27,3 SKIN FRICTION DESIGN ' E 1 �jI»grAwn e , V Ft ( ) WinCore t -2.7 Version 3.1 County Brazoria Hole GB -64 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 Control 0912-31-290 Station 139+39.9 Grnd. Elev. 47.30 ft ' Offset Piling Design: No Soil Reduction Factor 10.1' RT GW Elev. N/A TAT Friction Values Used SSkin Friction Limit = 1.25 tsf Unit Frictional Resistance (T/SF) 0 1 2 3 4 +37.3 0 10 20 D 30 e P t In 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.6 SAGeotechnicat Jobs\1140215001-City of Pearland McHard Road ExpansionlWinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signats_GB49,56,58,60,62,64 68.CLG 427 +27,3 ' E 1 +17.3 e V Ft ( ) + 7.3 t -2.7 -12.7 -22 7 0 10 20 D 30 e P t In 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.6 SAGeotechnicat Jobs\1140215001-City of Pearland McHard Road ExpansionlWinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signats_GB49,56,58,60,62,64 68.CLG 427 + 44.7 '+34.7 +24.7 SKIN FRICTION DESIGN E 1 +14.7 ' e v (Ft) + 4.7 WinCore County Brazoria Hole GB -68 District Houston f Version 3.1 -15.3 ' Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Control 0912-31-290 Station 181+20.2 Grnd. Elev. 44.70 ft Offset 15.3' RT GW Elev. N/A ' Piling Design: No Soil Reduction Factor TAT Friction Values Used Skin Friction Limit = 1.25 tsf Unit Frictional Resistance (T/SF) ' 0 1 2 3 4 0 + 44.7 '+34.7 10 20 D 30 e p t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.7 ' SaGeotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 428 +24.7 E 1 +14.7 ' e v (Ft) + 4.7 -5.3 f -15.3 25 3 10 20 D 30 e p t h 40 (Ft) 50 60 70 0 5 10 15 20 25 30 Accumulative Friction (T/F) FIGURE 6.7 ' SaGeotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 428 'WinCore Version 3.1 '+51.3 +41.3 +31,3 E I +21.3 ' e V 'Ft + 11.3 ( ) '+1.3 -8.7 -18.7 POINT BEARING DESIGN County Brazoria Hole GB -49 District Houston Highway McHard Road Structure Traffic Signals Modification Date 1-6-16 Control 0912-31-290 Station 0+84.4 Grnd, Elev. 51.30 ft Offset 31.6' RT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 1 2 3 4 5 Point Bearing (TSF) 0 10 20 30 e P t h 40 (Ft) 50 60 70 6 'SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001 Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68.CLG FIGURE 7.1a 429 For Shaft Size: > 24 inches and < 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 1 2 3 4 5 Point Bearing (TSF) 0 10 20 30 e P t h 40 (Ft) 50 60 70 6 'SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001 Roadway_Storm Sewer_Traffic Signals_GB49,56,58,60,62,64,68.CLG FIGURE 7.1a 429 Y 'WinCore Version 3.1 '+51.3 1 '+41.3 1 +31.3 ' E I +21.3 I� e + 11.3 (Ft) Y '+11.3 ' -8.7 -18.7 1 POINT BEARING DESIGN County Brazoria Hole GB -49 District Houston Highway McHard Road Structure Traffic Signals Modification Date 1-6-16 Control 0912-31-290 Station 0+84.4 Grnd. Elev. 51.30 ft Offset 31.6' RT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 1 2 3 4 Point Bearing (TSF) 5 SAGeotechnical Jabs\1140215001 -City of Pearland McHard Road Expansion\WinCore Design\1140215001 Roadway_Storm Sewer—Traffic Signals_ G849,56,58,60,62,64,68.CLG 0 Mile 20 D 30 e p t h 40 (Ft) 50 60 70 6 FIGURE 7.1b 430 For Shaft Size > 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 1 2 3 4 Point Bearing (TSF) 5 SAGeotechnical Jabs\1140215001 -City of Pearland McHard Road Expansion\WinCore Design\1140215001 Roadway_Storm Sewer—Traffic Signals_ G849,56,58,60,62,64,68.CLG 0 Mile 20 D 30 e p t h 40 (Ft) 50 60 70 6 FIGURE 7.1b 430 1-71 es WinCore Version 3.1 t '+50.1 '+40.1 +30,11 E 1 +20.1 ' e V + 10.1 (Ft) +0.1 ' -9.9 -19.9 POINT BEARING DESIGN County Brazoria Highway McHard Road Control 0912-31-290 Diameters Below Tip Checked = TAT Bearing Values Used Hole GB -56 Structure Roadway/Storm Sewer Station 58+00.00 Offset 10' RT 0 District Houston Date 1-11-16 Grnd. Elev. 50.10 ft GW Elev. N/A 0 1 2 3 4 5 Point Bearing (TSF) 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 6 FIGURE 7.2a SAGeotechnical Jobs\7140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roactway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 431 For Shaft Size: > 24 inches and < 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 1 2 3 4 5 Point Bearing (TSF) 0 10 20 D 30 e P t h 40 (Ft) 50 60 70 6 FIGURE 7.2a SAGeotechnical Jobs\7140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roactway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 431 I. /tee 'WinCore Version 3.1 t+50.1 '+40.1 +30,1 ' E I +20.1 t e V ' + 10.1 (Ft) '+0.1 -9.9 -19.9 POINT BEARING DESIGN County Brazoria Highway McHard Road Control 0912-31-290 Diameters Below Tip Checked = TAT Bearing Values Used Hole GB -56 Structure Roadway/Storm Sewer Station 58+00.00 Offset 10' RT N District Houston Date 1-11-16 Grnd. Elev. 50.10 ft GW Elev. NIA 0 1 2 3 4 Point Bearing (TSF) 5 10 20 D 30 e p t h 40 (Ft) 50 60 70 6 FIGURE 7.2b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Storm Sewer Traffic Signals_ GB49,56,58,60,62,64,68.CLG 432 For Shaft Size > 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 1 2 3 4 Point Bearing (TSF) 5 10 20 D 30 e p t h 40 (Ft) 50 60 70 6 FIGURE 7.2b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Storm Sewer Traffic Signals_ GB49,56,58,60,62,64,68.CLG 432 Nem 'WinCore Version 3.1 '+50 t t+40 +30 E I +20 ' e V t+ 10 (Ft) 0 -10 t -20 Diameters Below Tip Checked = 0 TAT Bearing Values Used District POINT BEARING DESIGN County Brazoria Hole GB -58 Highway McHard Road Structure Roadway/Storm Sewer Control 0912-31-290 Station 78+09.3 Offset 9.9' LT Diameters Below Tip Checked = 0 TAT Bearing Values Used District Houston Date 1-7-15 Grnd. Elev. 50.00 ft GW Elev. N/A 0 1 2 3 4 5 Point Bearing (TSF) 0 10 20 D 30 e p t h 40 (Ft) 50 60 70 6 FIGURE 7.3a SAGeolechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001 - Roadway_Storm Sewer- Traffic Signals_GB49,56,58,60,62,64,68.CLG 433 For Shaft Size: > 24 inches and < 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 1 2 3 4 5 Point Bearing (TSF) 0 10 20 D 30 e p t h 40 (Ft) 50 60 70 6 FIGURE 7.3a SAGeolechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001 - Roadway_Storm Sewer- Traffic Signals_GB49,56,58,60,62,64,68.CLG 433 'WinCore Version 3.1 1 '+50 '+40 +30 E I +20 e V (Ft) + 10 0 -10 POINT BEARING DESIGN County Brazoria Hole GB -58 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-15 Control 0912-31-290 Station 78+09.3 Grnd. Elev. 50.00 ft Offset 9.9' LT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D 30 e p t h 40 (Ft) 50 60 -20 1 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.3b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 434 For Shaft Size In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D 30 e p t h 40 (Ft) 50 60 -20 1 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.3b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 434 N�dm WinCore Version 3.1 +50 +40 +30 E I +20 e V (Ft) + 10 0 -10 Diameters Below Tip Checked = 0 TAT Bearing Values Used POINT BEARING DESIGN County Brazoria Hole GB -60 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 Control 0912-31-290 Station 98+36.9 Grnd. Elev. 50.00 ft Offset 12' LT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D 30 e p t h 40 (Ft) 50 60 -20 1 1 1 1 1 70 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.4a SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Slorm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 435 For Shaft Size: in developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 24 inches and15 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D 30 e p t h 40 (Ft) 50 60 -20 1 1 1 1 1 70 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.4a SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Slorm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 435 Diameters Below Tip Checked = 0 TAT Bearing Values Used +50 +40 +30 E I +20 e V (Ft) + 10 0 -10 POINT BEARING DESIGN WinCore County Brazoria Hole GB -60 District Houston Version 3.1 Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 Control 0912-31-290 Station 98+36.9 Grnd. Elev. 50.00 ft Offset 12' LT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used +50 +40 +30 E I +20 e V (Ft) + 10 0 -10 0 10 20 D e 30 P t h 40 (Ft) 50 60 -20 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.4b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer_TraHic Signals_ GB49,56,58,60,62,64,68.CLG 436 For Shaft Size In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D e 30 P t h 40 (Ft) 50 60 -20 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.4b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer_TraHic Signals_ GB49,56,58,60,62,64,68.CLG 436 WinCore Version 3.1 +48.9 +38.9 +28.9 E I +18.9 e V + 8.9 (Ft) POINT BEARING DESIGN County Brazoria Hole GB -62 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 118+00.8 Grnd. Elev. 48.90 ft Offset 15.9' LT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D 30 e p t h 40 (Ft) 50 60 -21.1 1 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.5a SAGeotechnical Jobs11140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Stonn Sewer Traffic Signals_GB49,56,58,60,62,64,68.CLG 437 For Shaft Size: > 24 inches and:5 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D 30 e p t h 40 (Ft) 50 60 -21.1 1 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.5a SAGeotechnical Jobs11140215001-City of Pearland McHard Road Expansion\WinCore Design11140215001_Roadway_Stonn Sewer Traffic Signals_GB49,56,58,60,62,64,68.CLG 437 Diameters Below Tip Checked = 0 TAT Bearing Values Used +48.9 +38.9 +28.9 E 1 +18.9 e V (Ft) + 8.9 For Shaft Size In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. -21 1 0 M1111 20 D 30 e p t h 40 (Ft) 50 60 70 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.5b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001 Roadway_Storm Sewer_Trafric Signals_GB49,56,58,60,62,64,68.CLG 438 POINT BEARING DESIGN WinCore County Brazoria Hole GB -62 District Houston Version 3.1 Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 118+00.8 Grnd. Elev. 48.90 ft Offset 15.9' LT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used +48.9 +38.9 +28.9 E 1 +18.9 e V (Ft) + 8.9 For Shaft Size In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. -21 1 0 M1111 20 D 30 e p t h 40 (Ft) 50 60 70 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.5b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001 Roadway_Storm Sewer_Trafric Signals_GB49,56,58,60,62,64,68.CLG 438 .E s�v WinCore Version 3.1 +47.3 +37.3 +27.3 E 1 +17.3 e V + 7.3 (Ft) -2.7 -12.7 Diameters Below Tip Checked = 0 TAT Bearing Values Used POINT BEARING DESIGN County Brazoria Hole GB -64 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 Control 0912-31-290 Station 139+39.9 Grnd. Elev. 47.30 ft Offset 10.1' RT GW Elev, N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D e 30 p t h 40 (Ft) 50 60 -22.7 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.6a S:\Geotechnical Jobs\1 140215001 -City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer Traffic Signals_GB49,56,58,60,62,64,68.CLG 439 For Shaft Size: > 24 inches and < 48 inches In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D e 30 p t h 40 (Ft) 50 60 -22.7 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.6a S:\Geotechnical Jobs\1 140215001 -City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer Traffic Signals_GB49,56,58,60,62,64,68.CLG 439 r.. Nem WinCore Version 3.1 +47.3 +37.3 +27.3 E I +17.3 e V (Ft) + 7.3 -2.7 -12.7 Diameters Below Tip Checked = 0 TAT Bearing Values Used POINT BEARING DESIGN County Brazoria Hole GB -64 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 Control 0912-31-290 Station 139+39.9 Grnd. Elev. 47.30 ft Offset 10.1' RT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D e 30 p t h 40 (Ft) 50 60 -22.7 70 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.6b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\winCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 440 For Shaft Size In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D e 30 p t h 40 (Ft) 50 60 -22.7 70 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.6b SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\winCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49,56,58,60,62,64,68.CLG 440 N�Js WinCore Version 3.1 +44.7 +34.7 +24.7 E I +14.7 e V + 4.7 (Ft) -5.3 -15.3 Diameters Below Tip Checked = 0 TAT Bearing Values Used POINT BEARING DESIGN County Brazoria Hole GB -68 District Houston Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Control 0912-31-290 Station 181+20.2 Grnd. Elev. 44.70 ft Offset 15.3' RT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D e 30 p t h 40 (Ft) 50 60 -25.3 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.7a SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Slorrn Sewer_Tra(fic Signals_GB49,56,58,60,62,64,68.CLG 441 In developing the shaft capacity, the designer should check For Shaft Size: if softer/weaker layers exist within two shaft diameters of the proposed tip and should use allowable point bearing > 24 inches and <_ 48 inches values of the underlying softer/weaker layers, if exist. 0 10 20 D e 30 p t h 40 (Ft) 50 60 -25.3 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.7a SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Slorrn Sewer_Tra(fic Signals_GB49,56,58,60,62,64,68.CLG 441 Z WinCore Version 3.1 +44.7 +34.7 +24.7 E I +14.7 e V (Ft) + 4.7 -5.3 -15.3 Diameters Below Tip Checked = 0 TAT Bearing Values Used POINT BEARING DESIGN County Brazoria Hole GB -68 District Houston Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Control 0912-31-290 Station 181+20.2 Grnd. Elev. 44.70 ft Offset 15.3' RT GW Elev. N/A Diameters Below Tip Checked = 0 TAT Bearing Values Used 0 10 20 D e 30 P t h 40 (Ft) 50 60 -25.3 1 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.7b S1Geotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Des1gn\1140215001_Roadway_Storm Sewer_Traffic Signals G849,56,58,60,62,64,68.CLG 442 For Shaft Size In developing the shaft capacity, the designer should check if softer/weaker layers exist within two shaft diameters of > 48 inches the proposed tip and should use allowable point bearing values of the underlying softer/weaker layers, if exist. 0 10 20 D e 30 P t h 40 (Ft) 50 60 -25.3 1 1 1 170 0 1 2 3 4 5 6 Point Bearing (TSF) FIGURE 7.7b S1Geotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Des1gn\1140215001_Roadway_Storm Sewer_Traffic Signals G849,56,58,60,62,64,68.CLG 442 0 0 Ln N 0 0 Z 0 q � T = H/4 P1 H COHESIVE Pa = H/2 + + H/4 k P- A f P9 A TYPICAL SOIL PARAMETERS BRACED WALL See Table 3 for typical . For yH/c s 4 . . values of soil parameters Pi = 0.3 yd H P.Y=yNH=62.4H PQ = 0.5 q Where: y.'= Submerged unit weight of cohesive soil, pcf; yM = Unit weight of water, pcf; q = Surcharge load at surface, psf; P. = Lateral pressure, psf; P► =Active earth pressure, psf; Pq = Horizontal pressure due to surcharge, psf; P. = Hydrostatic pressure due to groundwater, psf; H = Depth of braced excavation, feet c = Shear strength of cohesion soil, psf; EXCAVATION SUPPORT EARTH PRESSURE SUBMERGED COHESIVE SOIL 1l....4 4 TP— nw; n" Tm FIGURE 8.1 443 1-4 C) 0 N O O 0 -r-.7 s -f- _ d COHESIVE H/4 i e P1 COHESIONLESS or H SEMI-COHESIONLESS Pa= H/2 + + COHESIVE H/4 �- -- PW —moi {^- Pq-4 TYPICAL SOIL PARAMETERS BRACED WALL See Table 3 for typical PI - 0.3 Y' ave H values of soil parameters PW - Y W H - 62.4 H Pq - 0.5q Yc' d + YS' (e -d) + Y,' (H -e) Y avg H YW 62.4 pcf Where: Y" = Submerged unit weight of cohesive soil, pcf ; Y,' = Submerged unit weight of cohesionless or semi-cohesionless soil, pcf ; YW = Unit weight of water, pcf; Y'BVI = Average submerged unit weight of soil, pcf ; q = Surcharge load at surface, psf; P. = Lateral pressure, psf; P, = Active earth pressure, psf; PQ = Horizontal pressure due to surcharge, psf; Pw = Hydrostatic pressure due to groundwater, psf; H = Depth of braced excavation, feet EXCAVATION SUPPORT EARTH PRESSURE SUBMERGED COHESIVE SOIL INTERBEDDED WITH COHESIONLESS OR SEMI-COHESIONLESS SOIL Ceotest Enaineerina. Inc. 444 q T H/4 d COHESIVE Pi H Pa = + + % H COHESIONLESS or SEMI-COHESIONLESS Pi P" �I � PQ • �l TYPICAL SOIL PARAMETERS BRACED WALL See Table -3 for typical values of soil parameters P1=0.37'.,H y' d + y.' (H -d) P. = 62.4 H P, = 0.5 q H Where: y.' = Submerged unit weight of cohesive soil, pcf; y.' = Submerged unit weight of cohesionless soil, pcf; y', = Average submerged unit weight of soils, pcf; q = Surcharge load at surface, psf; P. = Lateral pressure, psf,, P, = Active earth pressure, psf; Pq = Horizontal pressure due to surcharge, psf; P. = Hydrostatic pressure due to groundwater, psf; H = Depth of braced excavation, feet EXCAVATION SUPPORT EARTH PRESSURE SUBMERGED COHESIVE SOIL OVER COHESIONLESS OR SEMI—COHESIONLESS SOIL rt -j-- A Z1 - Lr r, . - VG V4Gi76 •../4y 4/OG 6. 4/6y, 41 VL'. FIGURE 8.3 445 CUT IN COHESIVE SOIL, DEPTH OF COHESIVE SOIL UNLIMITED (T>0.7 Bd ) L = LENGTH OF CUT Y 'C T FAILURE SURFACE �- If sheeting terminates at base of cut: NCC Safety factor, Fs = y H + q NC = Bearing capacity factor, which depends on dimensions of the excavation Bd , L and H (use Nc from graph below) C = Undrained shear strength of clay in failure zone beneath and surrounding base of cut y = Wet unit weight of soil; (see Table 3) q = Surface surcharge (assumed q = 500 psfl If safety factor is less than 1.5, sheeting or soldier piles must be carried below the base of cut to insure stability - (see note) H1 Buried length - Bd z 5 feet Note : If soldier piles are used, the 2 center to center spacing should not exceed 3 times the width or diameter of soldier pile . Force on buried length, PH: 2 Bd If H, > - =, PH = 0.7 (y HBd - 1.4CH - 7rCBd) in lbs/ linear foot 3 V2 2 Bd 1.4CH If H1 <- — , PH = 1.5H1 (y H - - 7rQ in lbs/ linear foot 3 J2 Bd 9 8 V7 Z 6 s �....�. ----III A�A�A H/Bd For trench excavations ------ For squore pit or circle shaft r'Antasl Fnninaarinn /r,r STABILITY OF BOTTOM FOR BRACED CUT FlCiUKE 9 446 1-4 O O N O O z 0 ti FIGURE 10 447 re rti 0 E o P1 ' 0P }'; PP • Eli 9 • • P3 3 1TT1 f T1 Tfi • .;__ ..., P1 . P1 = [ (H + 2) x (Y ` Yw.) + DwxYw) + qs , for Dw< H + 2 P1 = I (H + 2) xYJ + qs , for D>_ H + 2 P2 = . (H x Y)+ qs fl P3 = [ (H + D) x Y)+ qs C. Where: P1, P2, P3 = Tunnel liner load, psf. Li Li D = Tunnel outside diameter, ft. H = Depth to. top of tunnel; ft. 1 Dw = Depth to ground water level; ft. Y = Wet unit weight of soil, pcf (see Table 4) F. Yw = Unit weight of water, 62.4 pcf L"' qs = Surcharge load, psf. EARTH PRESSURE p"" ON PIPE AND CASING AUGERING L., fl Geofest Engineering, /nc. FIGURE 11 448 LI El 0 0 tn L i NENE . . . • l ti a a . • ' I r H COHESIVE Po= H - . + + _J NM Pi r_ r•o 1— Pw -1 I— Pq -1 TYPICAL SOIL PARAMETERS PERMANENT WALL I6 See Table 3 for typical Pi=Ka y'H ' 71 values of soil parameters P.=y.H=62.4 H • Pq=0.5q Kt.= 1.0 • 7 �I 71 Where: • L. y: =Submerged unit weight of cohesive soil,pcf; 71 Ka=Coefficient of at-rest earth pressure in cohesive soil; y. =Unit weight of water,pcf; q =Surcharge load at surface,psf; Pa =Lateral pressure,psf; "' PI =At-rest earth pressure,psf; Pq =Horizontal pressure due to surcharge,psf; _ P. =Hydrostatic pressure due tp_ roundwater,psf; 7 B =Depthtreexoavation,feet LATERAL EARTH PRESSURE DIAGRAM FOR PERMANENT WALL I SUBMERGED COHESIVE SOIL I Geotest Engineering, Inc. FIGJRE 12.1 449 Ill . f.• ,--I • 0 q 0 • N . MEIN x . Ihi\ - • L.- '' d COHESIVE d. z - e 11111k P1 . COHESIONLESS • Ila . 7 H or L' SEMI-COHESIONLESS Pa= + - + 7 — Plc - • _ COHESIVE • `` • P3 1.-Pw I---- P. •—.4 . TYPICAL SOIL PARAMETERS .PERMANENT WALL Pic=y',dK. aSee Table 3 for typical values of soil parameters Pis=Y,c d K09 7 K.,= 1.0 • P2s=Pis+y's(e-d)Kos Kos= 1 -sinks Plc=Iy'c d+Y's(e-d)]Koc . y,,=62.4 psf P3={Y'c d+y's(e-d)+y'0(I1-e)] .0 • Where: . PP,=yw H=62.4 H PI=0.5 q • 1yc' = Effective unit weight of cohesive soil, pcf; _ ys' •• = Effective unit weight of cohesionless or semi-cohesionless soil, pcf; . 431s = Internal friction angle of cohesionless or semi-cohesionless soil, degree; 71 K. = Coefficient of earth pressure at rest in cohesive.soils; ' Koas = Coefficient of earth pressure at rest in cohesionless or semi-cohesionless soil; y„ = Unit weight of water, pcf; . .q = Surcharge load at surface,psf; Pa = Lateral pressure, psf; ' Pi, Pic, Pi, = Earth pressure at rest, psf; i = 1, 2, 3; Pq = Horizontal pressure due to surcharge, psf; I 13, = Hydrostatic pressure due to groundwater, psf; H = Height of wall, feet • L' LATERAL EARTH PRESSURE DIAGRAM FOR PERMANENT WALL • 7 1 SUBMERGED COHESIVE SOIL 7 INTERBEDDED WITH COHESIONLESS OR SEMI-COHESIONLESS SOIL w Geotest Engineering, Inc. 7 FIGURE 12.2 1- 450 L o 0 N q CD - IEEE _ • . . _ Z T ik ti d COHESIVE d Fl i . Pi. Pi. H Po= �am + + :1111111111 COHESIONLESS or SEMI-COHESIONLESS L IIIIIIIIIIIML I , • " -- 1 k P" --I I— Pi' —1 7 . TYPICAL SOIL PARAMETERS • PERMANANT WALL L See Table 3 for typical - - values of soil parameters . 7 e� P,.=y'd K. - _ Pi.= 'dK. Ka=1-sink. yPz=[y'd+y'(H-d)]K. ILi Li P.,=T.H=62.4H Pq=0.5q -' Where: • y'=Submerged unit weight of cohesive soil,pcf; . • y'..=Submerged unit weight of cohesionless or semi-cohesionless soil,pcf; cl. =Internal friction angle of cohesionless or semi-cohesionless soil,,degree; • P. K.=Coefficient of at-rest earth pressure in cohesive soil; K..=Coefficient of at-rest earth pressure in cohesionless or semi-cohesionless soil; y. =Unit weight of water,pcf; • q =Surcharge load at surface,psf; • Pa =Lateral pressure,psf; Pi,Pi.,Pr. =At-rest earth pressure,psf;i=1,2; P'i Pq =Horizontal pressure due to surcharge,psf; • ' U. P. =Hydrostatic pressure due to groundwater,psf; H =Height of wall,feet f • LATERAL EARTH PRESSURE DIAGRAM L • FOR PERMANENT WALL ' 7 • SUBMERGED COHESIVE SOIL OVER V-' COHESIONLESS OR SEMI-COHESIONLESS SOIL Geotest Engineering, Inc. FIGURE 12.3 i • 451 Ei . ,______________________ • • • :: (a)DEAD WEIGHT OF STRUCTURE (b)WEIGHT OF SOIL ABOVE BASE in EXTENSION PLUS DEAD WEIGHT (e)SOIL-WALL FRICTION PLUS ~ OF STRUCTURE DEAD WEIGHT OF STRUCTURE N • Z . $ iO•4'/.i,:i4*..-4•°i. iJ.*"i...il:4::t;• y• i •t; [E1qi8 4: i t b W X;'• Y P r', ':fir,! 2 4� 2 •• lid SOIL LAYER"m" . 11 '''a " �• i ik* tit 0.3 Vy`1/4*4:.:::i:4`4!*A4.- .. :a* :. t't'1� 4'•�wii4t 411. s' . P. ►is1;►r::�44 r.•�e•� f +: it'i t::M f%i: .';rx+•. :..:,k :e►A: . t.f::3w 4 1, o.• wits •4 •,. P„ I 11111 P„, 111111 p" 1111111111 [I F. F. . F. • Pw = HYw PW, =HYw 'Pw =•HYw • r Fu=AbPp Fu=AbPw Fu=AbPw . = Fu Sl+S=Fu 't = Fu 1 2 l 3 Predominantly Cohesive Soils, Fr= a c,,,A See Table 3 for typical values of soil parameters Predominantly Cohesionless Soils, Fr=pmArK tan Sm Where: Ab = area of base,sq.ft. Am = cylindrical surface area of layer"m",sq.ft. (� Cm _ undrained cohesion of soil layer"m",psf. I F„ hydrostatic uplift force,lbs. Fr = frictional resistance,lbs. H •= height oi'buried structure,ft. j� K = coefficient of lateral pressure=0.5. '' Pm = average overburden pressure for layer "m,"psf. Pw = hydrostatic uplift pressure,psf. fl St1.2.3 = factor of safety. W1 = dead weight of concrete structure,lbs. W2 = weight of backfill above base extension,lbs. • ri a = cohesion reduction factor=0.5. LI Sm = friction angle between soil layer "m"and concrete wall, degrees=0.75 $m O• m = internal angle of friction of soil layer "m",degrees. • 71 Yw = • . unit weight of water= 62.4 pcf. • L.i UPLIFT PRESS AND RESISTANCi ri , Geotest Engineering, Inc. FIGURigi '-- ---J I ___A F r --1 I - `- _A I—_al `__A 4 - 4 __mil I__A .A r_ Job No. 1140215001. Detention Pond HS-2 Soil Case 1 4(H):1(V) - EOC C:IJOBS1402150011HS-2EOC1.PL2 Run By:WYM 8/2/2016 8:57AM 160 1 # FS Soil Soil l Total Saturated Cohesion Friction Piez. Load Value l a 2.29 Desc. Type Unit Wt. Unit Wt. Intercept Angle Surface Lit 250 fist' b 2.37 No. (pcf) (pcf) (psf) (deg) No: c 2.37 CL 1 126.0 126.0 800.0 0.0 W1 d 2.38 CL 2 120.0 120.0 1000.0 0.0 W1 e 2.41 SM 3 105.0 105.0 0.0 30.0 W1 f 2.42 CH 4 128.0 128.0 2500.0 0.0 W1 g 2.50 h2.53 i 2,58 - 120 g 162. .. .. . . ...: , • m w o w • z • m 0 • cQ' > a N• W a of 9 It CP 0 I I I I I 0 40 80 120 160 200 240 GSTABL7 FSmin=2.29. Safety Factors Are Calculated By The Modified Bishop Method. m ..P • E__. I...__ L J [-_A I __I r I �L] I- i- li] [..___I c _-I C�- 1-____.1 A L_ i__ 4 r 4 I_ Job No. 1140215001 • Detention Pond HS-2 Soil Case 1 4(H):1(V) - RD C:WOBS1402150011HS-2RDC1.PL2 Run By:WYM 8/2/2016 8:55AM 160 # FS Soil Soil Total Saturated Cohesion Friction Piez. • a 1.33 Desc. Type UnitWt. Unit WL Intercept Angle Surface b 1.35 No. (pcf) (pcf) (psf) (deg) No. c 1.36 CL(w) 1 126.0 126.0 125.0 20.0 W1 d 1.37 CL 2 120.0 120.0 125.0 27.0 W1 e 1.38 SM 3 105.0 105.0 0.0 : 30.0 W1 f 1.38 CH 4 128.0 128.0 107.6 22.0 W1 g 1.39 • h 1.39 i 1.40 120 j...1.41. .- . . .. . .. .._ 0 I— m W o LU ccc Z 80 — rn O (Q F- • S. • • c(I)-D W W . h e 9 j • . c 40 — , �:. z. 32 I 0. _I I I 1 0 40 80 120 160 200 240 5 , GSTABL7 FSmin=1.33 C Safety Factors Are Calculated By The Modified Bishop Method , X m 41. t71 4 I _I I 7 L 1 Job No. 1140215001 Detention Pond HS-2 Soil Case 1 4(H):1(V) - LT C:\JOBS140215001\HS-2LTC1.PL2 Run By:WYM 8/2/2016 8:52AM 160 # FS Soil Soil Total Saturated Cohesion Friction Piez. Load Value a 1.89 Desc. Type Unit Wt. Unit Wt. Intercept Angle Surface LI 250 pit b 1.90 No. (pcf) (pcf) (psf)! (deg) No. c 1.92 CL(w) 1 126.0 126.0 125.0 20.0 W1 d 1.96 CL 2 120.0 120.0 125.0 27.0 W1 e 1.96 SM 3 105.0 105.0 0.0 ; 30.0 W1 f 1.96 CH 4 128.0 128.0 107.0. 22.0 W1 g 1.97 h 1.97 i1.97 120 — .j 1.98. . _ G) I— Q)• w z 80 —m z • 0 co- 1... c w a� w LI • cQ 1 • 40 wi wi 3 4 • • 0 I L l [ I 0 40 80 120 160 200 240 "Ti GSTABL7 FSmin=1.89 Safety Factors Are Calculated By The Modified Bishop Method m U1 N L _ 1 f I L=2 L___J E.- 4 Job No. 1140215001 Detention Pond HS-2 Soil Case 2 4(H):1(1/) EOC CNOBS1402150011HS-2EOC2.PL2 Run By:NK 8/2J2016 9:39AM 160 1 # FS Soil Soil Total Saturated Cohesion Piez. Load Value a 4.11 Desc. Type UnitWL Unit Wt. Intercept Surface LI 250 psf b 4.14 No. (pef) (pcf) (psf) ; No. c 4.42 CH 1 130.0 130.0 1000.0i W1 d 4.47 CH 2 126.0 126.0 500.0 W1 e 4.52 CH 3 120.0 120.0 1500.0 W1 f 4.63 g 4.66 h 4.68 i 4.70 120 j 4.70 _ G) W O W • LL co z 80 — _ rn Z z 0 (.0 P ▪ < cD > al CD Z. W Ll cz.0 -"( 1 4 • 40 — . • 3 • (11 • • • • 1 1 0 0 40 80 120 160 200 240 n GSTABL7 FSmin=4.11 Safety Factors Are Calculated By The Modified Bishop Method m 41. UI — !— , t 1 !_ i .A F -1 i_ l E ram- C] =1 I A k -- ETT t Job No. 1140215001 Detention Pond HS-2 Soil Case 2 4(H):1(V) - RD C:\JOBS\4021500111-IS-2RDC2.PL2 Run By:NK 8/2/2016 9:33AM 160 # FS Soil Soil Total Saturated Cohesion Friction Piez. • a.1.43 Desc. Type Unit Wt. Unit Wt. Intercept Angle Surface b 1.46 No, (pcf) (pcf) (psf); (deg) No.: c 1.47 CH(w) 1 130.0 130.0 83.0; 17.0 W1 d 1.48 CH 2 126.0 126.0 118.0 23.0 W1 e 1.48 CH 3 120.0 120.0 107.0 22.0 W1 f 1.48 g 1.49 h 1.50 i 1.51 120 - j 1.52 • • m O LU CD-, u_ ry z 80 -. . rr, z m < a CD 11.1 hhj i ed f cb • wi 1 • wi • 3 3. 3 • 0 L i i i 0 40 80 120 160 200 240 n 5 GSTABL7 FSmin=1.43 C Safety Factors Are.Calculated By The Modified Bishop Method m N L_ 1 lid L J L__ t' f _ E_v L Lw� [77A LJ F-I L___ Job No. 1140215001 • Detention Pond HS-2 Soil Case 2 4(H):1(V) - LT C:IJOBS140215001\HS 2LTC2.PL2 Run By:NK 8/2/2016 9:34AM 160 # FS Soil Soil Total. Saturated Cohesion Friction Piez. Load Value a 1.76 Desc. Type Unit Wt. Unit Wt. Intercept Angle Surface LI 250 psf • b 1,76 No. (pcf) (pcf) (psf)! (deg) No. • c 1.78 CH(w) 1 130.0 130.0 83.01 17.0 W1 d 1.83 CH 2 126.0 126.0 118.0 23.0 W1 e 1.85 CH 3 120.0 120.0 107.0 22.0 W1 f 1.88 g1.90 h 1.92 i 1.93 120 —..j 1.95 _ • 0 I— CD W O `W CD Z 80 m z o cza < CD > a : Cl) J f.-i-Ji-h z. W � LI 40 •w - - - - - - - .._ ..2 1 3 3 , 3 • 0 I i I l I 0 40 80 120 160 200 240 GSTABL7 FSmin=1.76 Safety Factors Are Calculated.By The Modified Bishop Method m N 03 L____1 L_v_ !____ )I !.____1 L JI I___ !_J f L_ _� r� L I__ 4 ET-73 Job No. 1140215001 Detention Pond CC-1 Soil Case 1 4(H):1(V) EOC C:WOBS140215001\CC=1EOC2.PL2 Run By:NK 8/2/2016 10:48AM 160 # FS Soil Soil: Total Saturated Cohesion Friction Piez. Load Value a 1.86 Desc. Type Unit Wt Unit Wt. Intercept Angle Surface Li 250 psf b 1.90 No. (pcf) (pcf) (psf) (deg) No. c 1.93 CH 1 130.0 130.0 1500.0 0.0 W1 d 1.93 CL 2 125.0 125.0 500.0 0.0 W1 e 1.95 SM/ML 3 102.0 102.0 0.01 28.0 W1 f 1.98 CH 4 125.0 125.0 1000.0 0.0 W1 g2.00 h 2.00 i 2.00 120 — j •2.01 . _ • • • G) 1— CD w 0 la iD U cn z 80 — O F- m > a 'CD la j • i d f Ll 9ehb 4 wi S wi n i 3 / 2 6 40 — 1. ,/ .. ... . . wi 3 w `~ .._ ` 4 I 0 40 80 120. 160 200 240 GSTABL7 FSmin=1.86 C Safety Factors.Are Calculated By The Modified Bishop Method m ,vim CD I- !_ a1 I __1 - L_I L_J L 1 1 f _ i- _.j L A I -- A -13 r o --- !_. 1 Job No. 1140215001 Detention Pond CC-1 Soil Case 1 4.(H):1(V) RD C:\JOBS140215001\CC-1RD2.PL2 Run By:NK 8/2/2016 10:55AM 160 I I I I I # FS Soil Sail. Total Saturated Cohesion Friction Piez. a 1.31 Desc. Type Unit Wt. UnitWt. Intercept Angle Surface b 1.32 No. (pcf) (pcf) (psf) (deg) No. c 1.33 CH(w) 1 130.0 130.0 57.0 16.0 W1 d 1.34 CL 2 125.0 125.0 173.0 27.0 W1 e 1.34 SM/ML 3 102.0 102.0 0.0I 29.0 W1 f 1.35 CH 4 125.0 125.0 139.0 26.0 W1 g1.35 h 1.37 i 1.37 120 —) j 1.38 . _ • G InO CD VL z 80 jZ 0 H ' • a W iJh f 'd z' W e c ib CP — _— — — — — — —wi 2 40 v ...... _ wi 3 w� .�' 3 4: 0 0 40 80 120 160 200 240 GSTABL7 FSmin=1.31 C Safety Factors Are Calculated By The Modified Bishop Method rn t•O0 0 0 L — L__J L_ _Jl L__ ___1 L_ [_n __I i-__A I_ [_ 3 f Y2 t Job No. 1140215001 Detention Pond CC`-1 Soil Case 1 4(H):1(V) LT C:WOBS1402150011CG1LT1.PL2 Run By:NK 8/2/2016 12:50PM 160 I I I f # FS Soil Soil: Total. Saturated Cohesion Friction Piez. Load Value a 1.95 Desc. Type Unit Wt. Unit Wt. Intercept Angle Surface Li 250 psf b 1.96 No. (pcf) (pcf) (psf) (deg) No. c 1.99 CH(w) 1 130.0 130.0 57.0 16.0 W1 d 1.99 . CL 2 125.0 125.0 173.0 27.0 W1 e 2..00 SM/ML 3 102.0 102.0 0.01 29.0 W1 f 2.00 CH 4 125.0 125.0 139.0 26.0 W1 g 2.01 h 2.01 i 2.01 CD W p W cr) Z 80 — 0 CQ H a a CDW Ih 1 —I feLU it 40 _ 3 3 0 I I I i I 0 40 80 120 160 200 240 GSTABL7 FSmin=1.95 C Safety Factors Are Calculated By The,Modified Bishop Method ith LJ ET F __i �_= f_ t"` L--A i--A r-- r Job No. 1140215001 Detention Pond CC-1 Soil Case 2 4(H):1(V) - EOC C:\JOBS1402150011CC-IEOC2.PL2 Run By:NK 8/2/2016 11:18AM 160 # FS Soil Soil i Total Saturated Cohesion Friction Piez. Load Value a 1.94 IDesc. Type.Unit Wt. Unit VVt. Intercept Angle Surface LI 250 psf b 1.94 No. (pcf) (pcf) (psf)l (deg) No. c 1.96 CH(w) 1 125.0 125.0 1500.0 0.0 W1 d 1:96 CL 2 130.0 130.0 800.0 0.0 W1 e 1.97 SM/ML 3 105.0 105.0 0.0 i 30.0 W1 • f 1.97 g 1.97 h 1.98 i 1.98 120 _ .j. 1.9s CD w 0 w m LL co Z 80 _..... .. .. — 0 N J a —9 "f h Z. III d LI 2 40 — .7 3 3 3 . 0 0 40 80 1.20 160 200 240. -n GSTABL7 FSmin=1;94 C Safety Factors Are.Calculated By The Modified Bishop Method m lIV f.T 1i I i P_ Eel t_ " 3 !_ r -_ A t. J '•-_._ &__ ! IV: i, Job No. 1140215001 Detention Pond CC-1 Soil Case 4(H):1(V) - RD GWOBS1402150011CC-1 RD2.PL2 Run By:NK 8/2/2016 11:06AM • 160 # FS Soil Soil I Total Saturated Cohesion Friction Piez. I I a 1.25 Desc. Type Unit Wt. Unit Wt. Intercept Angle Surface b 1.26 No. (pcf) (pcf) (psf) (deg) No. c 1.26 CH(w) 1 125.0 125.0 83.0! 17.0 W1 d 126 CL 2, 130.0 130.0 173.0 27.0 W1 e 1.27 SM/ML 3 105.0 105.0 0.0? 30.0 W1 f 1.28 g 1.29 h 1.29 i 1.29 120 1..!..1.29 _ m w 0 w CD Z 80 _. .. m z 0 CD CD w W h e9 c • 'F 2 — �, 40 _ 3 • • 0 0 40 80 120 160 200 240 GSTABL7 FSmin=1.25 Safety Factors Are Calculated By The Modified Bishop Method m a71 Job No. 1140215001 Detention Pond CC-1. Soil Case 2 4(H):1(V) LT C:\JOBS\40215001\CC-1 LT2.PL2 Run By:NK 8/2/2016 11:17AM 160 # FS Soil. Soil Total Saturated Cohesion Friction Piez. Load Value a 1.95 Desc. Type Unit Wt Unit Wt. Intercept Angle Surface Li' 250 psf b 1.96 No. (pct) (pcf) (psf); (deg) No. c 1.97 CH(w) 1 125.0 125.0 83.0? 17.0 W1 d 1.97 CL 2 130.0 130.0 173:0 27.0 W1 e 1.98 SM/ML 3 105.0 105.0 0.0; 30.0 W1 f 1.98 g 1.99 h2.00 • • i 2.00 120 — j 2,00 • D W CT; us Z 80 — z cr:a F j • a W (� fu Z. • W I , d ii 40 • 0 I I f j 0 40 80 120 160 200 240 1 GSTABL7 FSmin=1.95 C Safety Factors Are Calculated By The Modified Bishop Method rn OS' (- J fJ L __.1 i . EJ L_J E L. .2 !_ __ r Job No. 1140215001 Detention Pond CC-1 Soil Case 2 4(H):1(V) - EOC w/clay liner C:\JOBS\402150011CC1EOC21.PL2 Run By:NK 8/2/2016 11:20AM 160 # FS Soil Soil Total Saturated Cohesion Friction Piez. Load Value a 2.10 Desc. Type Unit Wt. Unit Wt. Intercept. Angle Surface Lt 250 psf b 2:11 No. (pcf) (pcf) (psf) (deg) No. c 2:11 CH(w) 1 125.0 125.0 1500.0 0.0 W1 d 2:12 CL 2 130.0 130.0 800.0 0.0 W1 e 2.12 SM/ML 3 105.0 105.0 0.01 30.0 W1 f 2.12 Clay Lin 4 120.0 120.0 1000.0 0.0 W1 g 2.13 h2.14 i 2.14 120 - .) 2.15., • m w o w CD, z 80 - . _ rn Z' 0 CO f= CD 9 Z. III i—h l t a 3 2 2 . w 3 �.- 3 0 I i is I 1 0 40 80 120 160 200 .240 GSTABL7 FSmin=2.10. C Safety Factors.Are Calculated By The Modified Bishop Method - ttl 1__ ] f— L_ C= I t E f e7 f !_ !__.e r-j L_ L_ Job No. 1140215001_ Detention Pond CC-1 Soil Case 2 4(H):1(V) - RD -w/clay liner C:IJOBS1402150011CCARD21.PL2 Run By:NK 8/2/2016 11:13AM 160 I ► I I I # FS Soil Soil: Total Saturated Cohesion Friction Piez. a 1.34 Desc. Type UnitWt. UnitWt. Intercept Angle Surface b 1.36 No. (pcf) (pcf) (psf) (deg) No. c 1.36 CH(w) 1 125.0 125.0 83.0 17.0 W1 d: 1.36 CL 2 130.0 130.0 173.0 27.0 W1. e 1.37 SM/ML 3 105.0 105.0 0.0i 30.0 W1 f 1.38 Clay Lin 4 120.0 120.0 100.0 20.0 W1 g 1.38 h 1.39 i 1.39 120 -..�. 1.40.... .. ..., . m w o W • z 80 - • -Z 0 crzl W m e!g • w cb 2 40 - U • 3 wi 4ati 3 • 0 f I 1 I I 0 40 80 120 160 200 240 GSTABL7 FSmin=1.34 C Safety Factors Are Calculated By The Modified Bishop Method rn o) L 1 I-1 C 1 1 L 1 I__ t t k_ 1 1_ _4 1T L Job No. 1140215001 • Detention Pond CC-1 Soil Case 2 4(H):1(V) - LT -wfclay liner C:IJOBS1402150011CC ILT21.PL2 Run By:NK 8/2/2016 11:16AM 160 # FS Soil Soil Total Saturated Cohesion.Friction Piez: Load Value a 2.04 Peso. Type UnitWt. UnitWt. Intercept Angle Surface Li 250psf b 2.04 No. (pcf) (pcf) (psf) (deg) No. c 2.04 CH(w) 1 125.0 125.0 83.0 17.0 W1 d 2.05 CL 2 130.0 130.0 173.0 27.0 W1 e 2.05 SM/ML 3 105,0 105.0 0.0 30.0 W1 f 2.06 Clay Lin 4 120.0 120.0 100.0 20.0 W1 g 2.06 h2.07 i2.07 ; 120 - .1 2.07.. .... . . ...... ..... .. rn w o U "6- vi Z 80 —. _ • 0 • CD▪ > a CD I. W \.,t, Ll • 40 _ • 2 3 -- . • 0 [ I ( L 0 40 80 120 160 200 240 GSTABL7 FSmin=�2.04 C Safety Factors Are Calculated By The Modified Bishop Method �1 - IN :V 12+,19' 2 .n O 0 so":loo• 200' .I. A. -Ltd SCALE IN FEET 10.12 ... R.2400' T 284,1;ID` IA L 4.664.43' PC s1A 122453,33 i McHARD.RD 120.04 yaCB m srA'tie.7,75 AT2•"__. __-- --' '�.._� L6 OAO'.;- 578'33''127 .19'- - GB-62 _._ - _' _- 250.05' ZB'1 —""!-�� 136auo vC.SM iadasa:a u< �. ,� PT STA 17614059 a[ w/PlezpmpteT N97:14'3)'t -� 1+5400c. NST+6 3)'E FT Slw�)7..27.32 - � 1,1432.9' C15 GB-71 -1 IYiR/k 4ATA L25 130a00 J,1425 R...86l.DO' 230b5' V T.279:13' CS 135100 r L-554.65' PG STA 129478.02 2E4T.i A 'q O A -IBGZ' .C18 rl R.2039 00! O $ L�:590.44' PT STA 135180.48 `-NV D4'1AT- NOT FOR CONSTRUCTION 1418:0T.. nRw wgvF. end®'nm . ranw ..,.w, O o minmli FREESE Ima&eafe�ur Ar..t Sod 2732 589'00�01'[ PnvWM Ti894 N86'49'21'E • .f10400 NBO'35'?9'£ to PNne (tut)4.-4700 Q ��• ?AIB35' _.(BT 1 458 701 '1- 293.76 ,. lH 1554(p r„•,�nw LO t _ vl SA 14w15.11 MCI IARD RD ils400 ls9wo W - - GB-65 .... CO e Z S!GB 64 " - ` - _Z HORIZONTAL ALIGNMENT U c28 I.- „ 14s n0 - - . 150100 J DATA Q P I Sr0.135a60.99 C 2� C t f l _ BCNARD ROAD 33 • • • '{ 7 NBB;55'29'E L28 V CULLEN BL4p TO 1NRAWA RD f s4ao �5.h �4,. 2 ,1 ,.,,,r -73 2•ow.]9' GB-74 a. L27 C-4. •4&.{>:�'v » Faux ,.; M i 9 NS 281 41'W W 1;I25.47' 4- SHEET 6 OF 7 IT Taos Department of transrorlalion , � 02016 •-R - OTT 201A132611.54 - .06� POSSIBLE HORIZONTAL LIMITS OF COHESIONLESS SOILS ' TEALS 12 I RA . Bz91BA—.^ j _ 912 3i. 290` ...CS j FIGURE 15.1 - • Sh C, OD (_ Al I. 1 '__ 1 L_.I t 1 I 1 L_i L_1 f] c ri I____A I®3 I..__ c f-e-3 t _A 7-1 • ry 13+54.•.7 1 v • N z° i — D 50.100. 20D' LID SCALE IN FEET 8 • [) MI9E DATA S -.G .OK5 M RVr f1ATA A:.0.D8' A.5.ST O 165,00- R.1955.01X li A 2015.OW R'.3pD0A0' T- 6528' T.91.53' T.93,15' LL) PC STA 1641HIA5 'L.1D293' CND STA 18119611J' L 1]].4Y NDZ 01'08'E L.1o5,1D' PC STA 60Lr) 95505. C9 `- N86 ,SE 25J.10' PT STA 166468.11 1TU1W LIO K18'1o26'E 3A!0.19" 1601pD �p L9 PI STA I]3430yS. 285PG:� p STA I2610556 1D010p in McHARD RD I _ «.�:i>: N5T 01'bH'E CIB. I65i00'- LSO-I 11D10B l3T 175100 ID0400-/ ;k.) �,tilfh fSDyY NDr 24.64`E RHr 24'WE - �; •::" >� ,yT}7: � 1,�t • 25J SD PC STA 1i11B461 T32.99 15�,J4'09T 451.76' V2 • '''L,�,a ' a OD ENO STA 1H9050.31- Q C ,.,;. �{ PT STA 152+24.50 PT STA 16518]S5 T r BA ea' •1 PT SG 10114722 L a 162.21' 'C-5 LEGEND 03 So'aw 1 TZTe8.. NoT FOR 00851M0011031 S9 Boring GB-78 CI .aMa, +".rog'"A,.:. .' GC I i�Boring °"'. w/Plezometer riw CI HOLE GB-77 2100 112W0aw0re] Sue.2131p0A . )•rm.2PSDA (��e&� PM.-CO*458-000 ;AAA -I621 u0.-001 .I • HORIZONTAL ALIGNMENT DATA MenMD ROM CLLIEM ALSO TO 11TRARA RD 1 1 SNEET J Or J Dr=DepDA{ODDu of rl0040purtutio0 i 02010 • I _yak ,„,,,,..,, SHEET 6 SIP 2011.S3261 MM_ I 660 POSSIBLE HORIZONTAL LIMITS OF COHESIONLESS SOILS TEXAS ,„2t DRAMM.' 917 SI 290 I --CS FIGURE 152 tie CP CO . n� 1-- J i=_. t _1 t•°� I- f —� C� E ] C C 7 � C_-_mil L A ri 1 , i t �k a3 [ 4.,R�^,' 1t H $i•. /� 11 % g. 0 512 Ina' Ad \ E, \ SCALE f x.� St I' zcnwl-K• 1 ... {1L..1{, g I, _}�,}yjgq YI 1 i h ASi Y \ '$R A�yn35 a0 -y0 .5 PROP enCKSiOPE Y�BE: •lg ratio wLlaiari G l �•. t 9p IA 1 L 6 a y a y ag pa p MEAUX/P SIPPC1URE NIERCPPrOR 6NPGPE © h4 O. NIIUA*� A� N� S:. 9�f4i s 1 �I ISI \\' ` tf�`f:� u ` 4 PROP WCKSyDPE !C./_. � Of L C.G "< ,�� WIfRCFiRa!4SNPCNPE m.� FF I 4} 4w Y OP 84CK5laPE - M _ IPun S A •I JICF-K �o'A,a ` •, IHIFP 5 PCNRF (OKRA 'dill ole.�� __ !k s. ` ,. i • b$,: M. ). �,Loa...--7 i'71V tirt WAli qr. t Y FP -- b - '1— .... .,„„4 ' w«<*,,.x, 15 s. +nrrlm+n. ,q "tl"\+. ®;n PPOP I of a * ,'.a-ta'"�„t�a..® ......,E:F'-'------"'•-....,_Y£5 b`t Rat Ar. '............ :.....'- isms,.. ,;,...... _ ;;,,,, •i \ rric rxeue C fltx <,. Y IA' S1. •+y*s :.vim »roi �(1� ti^...... ii NAM}u^n SA � � F \ k! 7'{�^^ w xa S 11�+.�`}� .... n � lt,51 ,P.. _a ���== 4F 7a �� � �..� �. X<'RCU' ���„^.�. 'PR :mow _ ! 14188,48 rl,_a. P t s'''''' wx. r Rr �lam, ii..'•" ' \\\` p .�""�Vy .vrK'°'x'0 s,.. LJ .'A *I T T - x t'.r_4 t'.\ _ Bz ' ..• :.II a //pq'''r L,°LM.Er,-(1I R - A ,,._�.. fit. -y i +, f 'S- h l-� e +- ` )1 :P.IP5 E _- pS11ij�PPSTIm FRfltEPT4x I gd sy °` 3•x, PPoc a aKS aPc p5 £ a s ." -7, GC ENGINEERING INC. t, A' \ irmaPTPP.SNPCNRE ,g P 5 1 A. OP.BACKSLOPE ''' C`. 2505 t 4mmla:IYmbrur texas mat'. \ F Al 3a Et^ Yy6 INTERCEPTOR STUNCIUKE -Q \\�I� PH:SA1 12-ZCV&FAY]OI�YT�in23 t • q .In$•GE $ $Ki ;. ., 'y'' �. .I TBPF.PpP dhlun Vo:F^Z88] Pane R:+C W S N1S INIF:fiCEPTIA_.5 _'q. E gg mu toorv,we,ry 101 :. ~-� Y• '' \gg 5, d Q.a / xor roP cox wPucrrox a a fiai—. % rmsNICHOLS P zg��. iS le. - Pnmpo e,W TL Silo 2331 C A h*ml I✓3.' W 0 \ - 5 � {} N•W2ub6�Ig1 L\!1 F4'IL/ 'en � 0'919�8,81E maa . 1 l 5 �' Fri \ PROP Rr(wE McHARD ROAD:EXTENSION � t =_-- / . \ DRAINAGE ' P \i. LEGEND t Y" :' .. PV. TE V M � : ! O Born& OVERALL POND LAYOUT A R v :."� • xB a s� >1 �c \ \ 1 Rem gib \ •fs, Soling POND GG-1 ' �. - $ .r I .w/Plezometer 0.moo. POND sUMMARV % �q 5 "e Inv 55' y$ 'g \ \ \ 4 •S ' '0, qIg E2E 1" \ oPETn u"• -. 1 STORM WATER DETENTION REQUIRED 1:1.2 AC-FT �L @ 3& \ \ }, 2, FLpO0PLA7Y MITIGATION REQUIRED L0 AL'FT • Af Ttq � -� Texas Dnpprltneat:y-Troulmidlian A !' 3 TOTAL.POND VOLUME REQUIRED-14.2 AC FT F g �l (Rt A I 15 e a TOTAL POND VOLUME PROVIpE0-180 AC-FT b £}50 \ _ b�.�" _____ AL- 6 140 TR WOE M17O Ft b c .. 6...OUWALL S1RUOTIRE-1-6�X4''BOK AT EL...34170 FT .,� a36 g t 0, � ,. _— un... . a .� 0-$ wave 1: '�. Tune 2oanzl,®... .r : �+a, aa !y� .-.}POSSIBLE HORIZONTAL LIMITS OF GOHESIONLESS SOILS nw TT _�I }: �+. R C. Isar 1. 912 II 200 1 r.mow ' FIGURE 15.3 V Co TABLES Table Summary of Boring Information 1 Summary of Soil Parameters for LPile Input 2 Geotechnical Design Parameter Summary—Open-Cut Excavation 3 Geotechnical Design Parameter Summary—Trenchless Installation 4 Summary of Soil Parameters Used for Slope Stability Analyses for Detention Ponds 5.1 thru 5. 471 E 7 TABLE 1 Li SUMMARY OF BORING INFORMATION j BORING NO. STATION OFFSET ELEVATION DEPTH(ft) (ft) GB-49 0+84.4 31.6'RT 51.3 35 FGB-50 8+10.3 3.9'LT 51.4 25 GB-51 15+24.5 17.3'RT 51.0 25 GB-52 24+10.5 12.9'LT 51.5 25 ' GB-53 32+61.2 7.4'RT 50.8 35 GB-54 40+80.4 7.4'RT 49.4 25 1 GB-55 46+50.7 34.2'RT 48.5 25 ,-. GB-56 58+00.0 10.0'RT 50.1 35 GB-57 * -- -- -- -- r GB-58 78+09.3 9.9' LT 50.0 35 GB-59 * -- -- -- -- GB-60 98+36.9 12.0' LT 50.0 35 r GB-61 106+40.0 10.0'LT 48.2 25 L GB-62 118+00.8 15.9' 48.9 35 0 GB-63 128+17.8 7.3'LT 48.1 25 GB-64 139+39.9 10.1' RT 47.3 35 GB-65 * -- -- -- -- P‘ GB-66 161+99.9 10.0'RT 48.3 35 GB-67 170+98.7 14.0'RT 46.0 25 GB-68 181+20.2 15.3'RT 44.7 35 [1 GB-69 119+94.0 123.T RT 47.7 15 GB-70P 123+02.4 134.7'RT 47.2 15 GB-71 126+60.9 145.3'RT 47.0 15 GB-72 142+29.9 130.1' RT 46.2 20 GB-73 146+00.1 130.2'RT 45.4 20 GB-74 * -- -- -- -- PGB-75P 157+00.0 130.0'RT 46.1 20 GB-76 159+95.3 163.2'RT 47.1 20 0 GB-77 160+20.0 550.0'RT 47.1 20 GB-78 158+80.0 400.0'RT 46.8 20 GB-79 18+78.95 431.15'LT 50.5 30 GB-80 20+48.39 671.36'LT- 50.0 30 GB-81P 18+98.38 838.88' LT 50.0 30 GB-82 20+17.84 1043.34'LT 50.0 30 GB-83 18+77.42 1166.58'LT 48.5 30 GB-84 19+46.93 1366.82'LT 49.5 30 Note: 1. Survey information was provided to us by Freese and Nichols,Inc. 9 *These borings were not drilled during the preparation of the draft report. r. [I 472 [1 TABLE 2 1 of 1 11 L. SUMMARY OF SOIL PARAMETERS FOR LPILE INPUT rlMCHARD ROAD EXTENSION -TRAFFIC SIGNALS Submerged Unit Undrained Internal Elevation(feet) Depth(feet) Lpile Program Friction Boring Sta.No. Offset Soil Type Weight Cohesion Angle eso No. From To From To (pcf) (lbs/in3) (psf) (psi) (degree) W. GB-49 0+84.4 31.6 Rt 51 48 0 3 Stiff Clay 60 0.03472 1000 6.94444 10.010 48 45 3 6.5 Soft Clay 60 0.03472 320 2.22222 10.015 45 40 6.5 11.5 Soft Clay 58 • 0.03356 760 5.27778 10.011 Li 40 36 11.5 15 Stiff Clay 71 0.04109 1700 11.80556 10.022 36 31 15 20 Soft Clay 71 0.04109 800 5.55556 0.036 31 26 20 25 Stiff Clay 71 0.04109 2500 17.36111 0.024 26 20 25 31.5 Stiff Clay 71 0.04109 2300 15.97222 0.016 r, 20 18 31.5 33 Stiff Clay 71 0.04109 1300 9.02778 0.026 18 15 33 36.5 Stiff Clay 70 0.04051 1800 12.50000 10.007 GB-56 58+00 10.0 Rt 50 49 0 1.5 Stiff Clay 60 0.03472 1000 6.94444 10.010 49 40 1.5 , 10 Stiff Clay 68 0.03935 1200 8.33333 10.017 40 37 10 13.5 Soft Clay 68 0.03935 600 4.16667 10.010 + -i 37 35 13.5 15 Sand 51 0.02951 25 35 24 15 26.5 Stiff Clay 62 0.03588 1400 9.72222 0.008 1' 24 17 26.5 33 Stiff Clay _ 76 0.04398 2500 17.36111 _10.011 17 14 33 36.5 Soft Clay 68 0.03935 600 4.16667 0.024 - GB-58 78+09.3 9.9 Lt 50 39 0 11 Stiff Clay 65 0.03762 1250 8.68056 0.015 39 37 11 13 Stiff Clay 71 0.04109 1700 11.80556 10.020 7 37 27 _ 13 23 Stiff Clay 62 0.03588 1300 9.02778 10.005 27 23 23 _ 27 Stiff Clay 66 0.03819 1300 9.02778 0.014 23 20 27 30 Stiff Clay 68 0.03935 1700 11.80556 0.039 20 14 30 36.5 Stiff Clay 62 0.03588 1300 9.02778 0.017 GB-60 98+36.9 12.0 Lt 50 42 0 8 Soft Clay 65 0.03762 434 3.01389 0.024 42 40 8 10 Stiff Clay 72 0.04167 1500 10.41667 10.017 40 34 10 16.5 Soft Clay 72 0.04167 600 4.16667 10.024 34 29 16.5 21.5 Stiff Clay 70 0.04051 2800 19.44444 10.019 29 23 21.5 27 Stiff Clay 76 0.04398 1000 6.94444 0.027 23 20 27 30 Stiff Clay 69 0.03993 2000 13.88889 0.026 20 17 30 33 Stiff Clay 70 0.04051 2000 13.88889 10.007 17 14 33 36.5 Soft Clay 65 0.03762 800 5.55556 10.036 fl GB-62 118+00.8 15.9 Lt 49 46 0 2.5 Stiff Clay 60 0.03472 1000 6.94444 0.010 Li 46 42 2.5 6.5 Stiff Clay 65 0.03762 1500 10.41667 0.013 42 37 6.5 11.5 Soft Clay 66 0.03819 800 5.55556 0.024 37 34 11.5 15 Stiff Clay 68 0.03935 2000 13.88889 0.011 7 34 22 15 26.5 Stiff Clay 70 0.04051 1200 8.33333 10.028 22 17 26.5 31.5 Stiff Clay 73 0.04225 2700 18.75000 10.027 17 16 31.5 33 Stiff Clay 65 0.03762 3000 20.83333 10.008 16 12 33 36.5 Soft Clay 70 0.04051 700 4.86111 10.010 71 GB-64 139+39.9 10.1 Rt 47 44 0 3 Soft Clay 63 0.03646 700 4.86111 10.016 { 44 41 3 6 Soft Clay 60 0.03472 720 5.00000 0.010 41 36 6 11.5 Stiff Clay 68 0.03935 1450 10.06944 10.022 36 32 11.5 15 Soft Clay 61 0.03530 800 5.55556 0.012 fl 32 24 15 23 Stiff Clay 60 0.03472 1300 9.02778 0.010 24 20 23 27 Stiff Clay 72 0.04167 1400 9.72222 0.032 20 17 27 30 Stiff Clay 70 0.04051 2400 16.66667 10.028 17 14 30 33 Stiff Clay 69 0.03993 1200 8.33333 10.027 1 14 11 33 36.5 Stiff Clay 60 0.03472 2400 16.66667 0.005 ',li 181+20.2 15.3 Rt 45 43 0 2 Stiff Clay 65 0.03762 900 6.25000 10.010 43 39 2 6 Stiff Clay 66 0.03819 1120 7.77778 1 0.020 39 33 6 12 Stiff Clay 68 0.03935 1350 9.37500 10.013 7 33 27 12 18 Stiff Clay 63 0.03646 1000 6.94444 10.020 27 23 18 22 Stiff Clay 68 0.03935 900 6.25000 0.033 i� 23 18 22 27 Stiff Clay 72 0.04167 2450 17.01389 0.020 18 12 27 33 Stiff Clay 68 0.03935 1500 10.41667 10.023 12 8 33 36.5 Stiff Clay 70 0.04051 3500 24.30556 1 0.013 Notes: 1.Use groundwater level at ground surface(flood condition) 1 2.Use Internal defuit p-y subgrade modulus k computed by Lpile(input k as 0) Li 473 n 1" TABLE 3 L. -.1 GEOTECHNICAL DESIGN PARAMETER SUMMARY } OPEN-CUT EXCAVATION 1 .' Boring Stratigraphic Range of Wet Submerged Internal Nos. Unit Depths,ft Unit Unit Undrained Friction Weight, Weight,y', Cohesion, Angle,4), 1'1 pcf pcf psf degree Ei GB-49 Cohesive 0-6 116 54 1,000 �� 6-11.5 130 65 2,000 11.5-15 133 66 800 -- 7 15-30 128 64 3,200 -- 30-35 125 63 1,200 -- GB-50 Cohesive 0-15 120 60 1,000 - through 15-25 125 63 1.500 -- 7 GB-52 GB-53 Cohesive 0-4 125 63 • 1,400 -- 4-14 130 65 2,000 -- 14-15 125 63 1,000 __ 15-20 127 64 2,100 20-25 126 63 500 -- 25-30 125 63 4,000 -- 7 30-35 125 63 2,200 -- -- GB-54 Cohesive 0-10 124 62 1,000 -- 10.-15 126 63 400 -- 15-20 129 65 2,000 -- 20-25 132 66 2.000 __ GB-55 Cohesive 0-5 125 63 1,500 -- 5-10 130 65 2,400 -- fl 10-13 128 64 500 -- L Cohesionless 13-16.5 105 43 -- 30 Cohesive 16.5-25 127 63 2,400 -- Ili GB-56 Cohesive 0-13.5 126 63 1,000 -- Cohesionless 13.5-15 100 38 -- 28 Cohesive 15-30 124 62 2,000 -- 30-35 128 64 500 __ 'I ! GB-58 and Cohesive 0-8 125 63 500 GB-60 8-15 130 65 1,500 -- 15-35 125 63 1,000 -- ' GB-61 Cohesive 0-10 125 63 2,000 -- LI 10-25 126 63 1,000 -- GB-62 Cohesive 0-12 130 65 1,500 -- fl 12-25 125 63 2,000 -- 11 25-35 130 65 600 -- GB-63 Cohesive 0-6 125 63 500 -- Cohesionless 6-12 105 43 -- 30 ri L' Cohesive 12-25 130 65 1,500 -- s GB-64 Cohesive 0-5 126 63 1,500 5-10 125 63 2,000 -- f 10-15 126 63 1,000 -- Li 15-35 132 66 1,500 -- L! n'"' Ll 474 L. TABLE 3 GEOTECHNICAL DESIGN PARAMETER SUMMARY OPEN-CUT EXCAVATION [1 Boring Stratigraphic Range of Wet Submerged Internal Nos. Unit Depths,ft Unit Unit Undrained Friction Weight, Weight,7', Cohesion, Angle,4), 11 Li y,Pcf pcf psf degree GB-66 Cohesive 0-5 125 63 1,000 -- 5-10 120 60 500 -- 10-25 125 63 1,600 -- Cohesionless 25-35 106 44 -- 30 GB-67 Cohesive 0-10 125 63 800 -- 10-16 130 65 2,000 -- 16-25 130 65 1,500 -- GB-68 Cohesive 0-5 130 65 1,000 -- 5-15 130 . 65 2,000 -- n 15-20 126 63 1,000 -- Li 20-35 130 65 2,000 -- Note: 1. Cohesive soils include clay,sandy clay,and silty clay. 2. Cohesionless soils include silty sand,clayey sand and sandy silt. 7 71 7 i II, €...i 1 1 fl n n L -1, I __, , , j 475 r, Lf TABLE 4 GEOTECHNICAL DESIGN PARAMETER SUMMARY L., TRENCHLESS INSTALLATION (Based on Borings GB-49 through GB-68) ElPROPERTY COHESIVE COHESIONLESS SOILS(2) SOILS(1) Wet Unit Weight,y,pcf 0-6 116 -- 6-13 124 105(GB-63 only) - 13-16.5 126 100(GB-55 and GB-56 nly) 16.5-20 125 -- 7 20-25 128 -- 25-35 123 106(GB-66 only) Submerged Unit Weight,y',pcf 0-6 54 -- 6-13 62 43(GB-63 only) rs: 13-16.5 63 38(GB-55 and GB-56 nly) - 16.5-20 63 -- 20-25 64 -- 17 25-35 62 44(GB-66 only) 'I Moisture Content(%) 0-6 18 -- 6-13 20 19(GB-63 only) 13-16.5 22 20(GB-55 and GB-56 only) 16.5-20 16 -- -- 20-25 22 -- 25-35 18 21 (GB-66 only) UNDRAINED PROPERTIES -/ Undrained Cohesion,c,,,psf 0-6* 500 • -- 6-13* 800 -- '" 13-16.5 * 1,000 -- 16.5-20* 500 -- 20-25* . 1,000 -- 1 Angle of Internal Friction,4,degrees 0-6* -- -- I 6-13* -- 30(GB-63 only) -- 13-16.5 * -- 30(GB-55 and GB-56 nly) 16.5-20* -- -- 7 20-25* -- -- Elastic Modulus,E,psf 0-6* 150,000 -- 6-13* 240,000 196,000(GB-63 onl}i) 7 13-16.5 * 400,000 70,000(GB-55 and GB-5 only) 16.5-20* 150,000 -- " 20-25* 300,000 -- Coefficient of Lateral Earth pressure at Rest,IC,„ 0-6* 1.2 -- 6-13* 1.2 0.5(GB-63 only) ._ 13-16.5 * 1.2 0.5(GB-55 and GB-56 nly) 16.5-20* 1.2 -- 1 20-25* 1.2 -- L Poisson's Ratio,µ 0.45 0.3 L. 7 476 TABLE 4 (cont'd) GEOTECHNICAL DESIGN PARAMETER SUMMARY TRENCHLESS INSTALLATION (Based on Borings GB-49 through GB-68) PROPERTY COHESIVE COHESIONLESS SOILS(2) SOILS(1) DRAINED PROPERTIES Drained Cohesion,c',psf 0-6* 0 -- 6-13* 0 -- 13-16.5 * 0 -- 16.5-20* 0 20-25* 0 Angle of Internal Friction,4)',degrees 0-6* 19 -- 6-13* 20 30(GB-63 only) 13-16.5 * 26 30(GB-55 and GB-56 only) 16.5-20* 21 -- 20-25* 21 -- Elastic Modulus,E,psf 0-6* 90,000 6-13* 144,000 196,000(GB-63 only) 13-16.5 * 240,000 70,000(GB-55 and GB-5 only) 16.5-20* 90,000 -- 20-25* 180,000 -- '� Notes: 1.Cohesive soils include Clay,Sandy Clay,and Silty Clay. 2.Cohesionless soils include Silty Sand,Clayey Sand,Silt and Sandy Silt. * Tunneling zone between depths of 0 and 25 feet(one bore diameter,but not less than 6 feet,above and below tunnel bore. i II I ' I ; I 477 f J C T1 t.. _.J L- i £J f` 1 __I f 1 = t_ .J [ _I I t____I t ____A f_ i k__ 1 f^ r--- TABLE 5.1: SUMMARY OF SOIL PARAMETERS USED FOR SLOPE STABILITY ANALYSES—DETENTION POND HS-2-SOIL CASE 1 (Boring GB-72 and GB-75) Shear Strength _ Elevation Material Wet Density (ft) Description (pcf) End of Construction Rapid Drawdown Long Term Friction Cohesion Angle Effective Weathered Effective Effective Weathered Effective (psi)=c,,,, (deg)= CI c'(Psi) 11)' c'w(Psi) 0', c'(psi) I' c'w(psi) 4)'� _ +49.2--+42.2 Sandy Clay 126 800 — 139 26 125 20 139 26 125 20 +42.2—+40.2 Sandy Clay 120 1,000 — 173 27 173 27 173 27 173 27 +40.2—+34.7 Silty Sand/ 105 — 30 — 30 — 30 — 30 — 30 Sandy Silt +34.7—+24.7 Clay 128 2,500 — 107 22 57 16 107 22 57 16 Where LL: Average Liquid Limit PI: Average Plasticity Indices cuu: Unconsolidated-Undrained Cohesion 0„u: Unconsolidated-Undrained Friction Angle c': Effective Stress Cohesion 0': Effective Stress Friction Angle c'w: Weathered Effective Stress Cohesion 41,: Weathered Effective Stress Friction Angle Note: For rapid drawdown and long term conditions,weathered effective stress parameters were used for clay(with PI>20)within 7'zone below top of bank,slope surface,and bottom of the pond,wherever is applicable within each layer. 4 V CO TABLE 5.2: SUMMARY OF SOIL PARAMETERS USED FOR SLOPE STABILITY ANALYSES—DETENTION POND HS-2-SOIL CASE 2 (GB-73,GB-76 and GB-77) Shear Strength Elevation Material Wet Density (ft) Description (pcf) End of Construction Rapid Drawdown Long Term Friction Cohesion Angle Effective Weathered Effective Effective Weathered Effective (psf)=c (deg)_ c'(psf) V caw(psf) 4'w c'(psi) 4)' c'w(psf) , 4)1w +49.2—+41 Clay 130 1,000 -- 118 23 83 18 118 23 83 18 +41—+36 Clay 126 500 — 118 23 56 17 118 23 56 17 +36—+26 Clay 120 1,500 — 107 22 57 16 107 22 57 16 Where LL: Average Liquid Limit PI: Average Plasticity Indices c,,,,: Unconsolidated-Undrained Cohesion 46: Unconsolidated-Undrained Friction Angle c': Effective Stress Cohesion 4)': Effective Stress Friction Angle c'w; Weathered Effective Stress Cohesion 4'w: Weathered Effective Stress Friction Angle Note: For rapid drawdown and long term conditions,weathered effective stress parameters were used for clay(with PI>20)within 7'zone below top of bank,slope surface,and bottom of the pond,wherever is applicable within each layer. V CD L_ c- -I r_i r -- 1 t-- - 1 r __I cj C _I [_= 1 L___I Lr_I L.__I L�' L-. f - -.4 i_-- J r---3 F___-i TABLE 5.3: SUMMARY OF SOIL PARAMETERS USED FOR SLOPE STABILITY ANALYSES-DETENTION POND CC-1-SOIL CASE 1 (GB-79,GB-80 and GB-81) Shear Strength Elevation Material Wet Density (ft) Description (pci) End of Construction Rapid Drawdown _ Long Term Friction Cohesion Angle Effective Weathered Effective Effective Weathered Effective (Psi)=cuu (deg)= - fkuu c'(psi) V C'w(psi) 4' . c'(psi) 4' c'w(psi) _ 0'w +50-.+45 Clay 130 1,500 - 107 22 57 16 107 22 57 16 +45-+37 Sandy Clay 125 500 - 173 27 173 27 173 27 173 27 +37-+30 Silty Sand/ 102 - 29 - 29 - 29 - 29 - 29 Sandy Silt +30-+20 Clay 125 1,000 - 139 26 139 26 139 26 139 26 Where LL: Average Liquid Limit PI: Average Plasticity Indices c,,,,: Unconsolidated-Undrained Cohesion Ouu: Unconsolidated-Undrained Friction Angle c': Effective Stress Cohesion 4': Effective Stress Friction Angle c'w; Weathered Effective Stress Cohesion 4)4„: Weathered Effective Stress Friction Angle Note: For rapid drawdown and long term conditions,weathered effective stress parameters were used for clay(with PI>20)within 7'zone below top of bank,slope surface,and bottom of the pond,wherever is applicable within each layer. co O L__J E__J E_J f 4 ----I c f J ETJ f €—_ [2 i . "'� � C l= 4 c J TABLE 5.4: SUMMARY OF SOIL PARAMETERS USED FOR SLOPE STABILITY ANALYSES—DETENTION POND CC-1-SOIL CASE 2 (GB-82,GB-83 and GB-84) Shear Strength Elevation Material Wet Density (ft) Description (pcf) End of Construction Rapid Drawdown Long Term Friction Cohesion Angle Effective Weathered Effective Effective Weathered Effective (pst)=c.„ (deg)_ _ c'(psfl 4' C'w(psf) 4'w , c'(psi) 0' c'w(psfl _ `Y'w +50—+45 Clay 125 1,500 — 145 23 83 17 145 23 83 17 +45--+40 Sandy Clay 130 800 — 173 27 173 27 173 27 173 27 +40—+20 Silty Sand 105 -- 30 — 30 — 30 — 30 — 30 Where LL: Average Liquid Limit PI: Average Plasticity Indices c„„: Unconsolidated-Undrained Cohesion 0.: Unconsolidated-Undrained Friction Angle c': Effective Stress Cohesion 4)': Effective Stress Friction Angle c'w; Weathered Effective Stress Cohesion 4'w: Weathered Effective Stress Friction Angle Note: For rapid drawdown and long term conditions,weathered effective stress parameters were used for clay(with PI>20)within 7'zone below top of bank,slope surface,and bottom of the pond,wherever is applicable within each layer. 4 CC i L.' j • 114 U1 APPENDIX A Figure Logs of Borings A-1 thru A-37 L. Symbols and Terms Used on Boring Logs A-38 Piezometer Installation Report A-39 thru A-41 u fj 482 51 ,4,, DRILLING LOG 1 of 1 County Brazoria Hole GB-49 District Houston f WinCore Highway McHard Road Structure Traffic Signals Modification Date 1-6-16 Version 3.1 CSJ 0912-31-290 Station 0+84.4 Grnd.Elev. 51.30 ft Offset 31.6'RT GW Elev. NIA 7 i _I L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Rema ks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pc() FILL,clay,medium stiff,dark 26 w/roots and sand sea s 0'-1' gray and gray - w/shell fragments 1'-3' 48.3 1 4 11 34 85 54 119 ri CLAY,very soft to medium stiff, 35 r 5 2(6)2(6) gray w/ferrous nodules and ferrous J -� stains(CH) gray and yellowish br n 6'-8' -/ 8 11 35 78 49 120 w/calcareous nodules 6'-9' 28 0 10 / 4(6)5(6) 39.8 J 0 25 20 41 25 133 CLAY,silty,soft to stiff,brown ( �r and gray w/sand seams,calcareous 18 �L1 15 7(6)8(6) and ferrous nodules and ferrous stains(CL) 18 10 21 30 14 133 w/sand seams 17'-18' - 20 9(6)12(6) 24 very stiff 21.5'-23' R. -�/ 0 51 19 47 26 133 19 —1 26.3 25 -'/ 9(6)12(6) CLAY,stiff to very stiff,brown - and gray w/sand seams and calcareous 0 49 19 50 29 133 0 -/ nodules(CH) 21 30 11 (6)13(6) reddish brown and gr-y w/sand 19.8 CLAY,silty,stiff (CL) 0 18 19 33 15 133 seams and calcareou 18.3 nodules 31.5'-33' CLAY,stiff,reddish brown and 25 35 10(6)12(6) gray w/ferrous nodules and ferrous stains(CH) — 14.8 40 - 45- - ri l! - E 55 = Remarks:1)Dry auger to 18.0 ft.,wet rotary from 18.0 ft.to 35.0 ft.2)Free water encountered at 18.0 ft.during drilling,water level measured after 15 mins.is at 8.5 ft. f-7 I The ground water elevation was not determined during the course of this boring. U ciDriller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Inc. 4 C:Vohs\1140215001N140215001_RoadwayStorm Sewer G849.68.CLG FIGURE A-1 483 ri --,¢ DRILLING LOG 1 of lea. County Brazoria Hole GB-50 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-16 Version 3.1 CSJ 0912-31-290 Station 8+10.3 Grnd.Elev. 51.40 ft Offset 3.9'LT GW Elev. N/A 0 L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Dpen. .... (psi) (psi) [1 FILL,clay,sandy,w/oyster shell, 22 48.9 sand and roots 29 w/sand fragments 2.- .5' CLAY,soft to medium stiff,gray 5 12 29 72 45 118 6 / 3(6)3(6) (CH) gray and yellow 5'-11' -• w/ferrous nodules an 32 stains 5'-13' / 0 10 ,/ 5(6)6(6) 10 12 33 75 47 120 39.9 Y CLAY,silty,soft to stiff,brown 19 40 22 1 �/ and gray w/sand seams,ferrous 15 24 18 29 14 135 - 15 j 6(6)7(6) nodules and ferrous stains(CL) 0 25 28 49 28 129 Fl 32.4 23 20 / 9(6)11 (6) CLAY,stiff to very stiff,reddish w/ferrous nodules an• ferrous brown and gray w/calcareous and stains 20'-25' ferrous nodules and ferrous stains 24 ill (CH) w/calcareous nodules 23'-25' 25 10(6)11 (6) 0 28 23 58 34 127 24.9 -2 .. - ....3 - 30 - - [I _ 35 - II j. _ 40 - LI 7 45 - 7 - i - 1-7 50 - 1 _ "7 55 - - Rn - Remarks:1)Dry auger to 22.0 ft.,wet rotary from 22.0 ft.to 25.0 ft.2)Free water encountered at 22.0 ft.during drilling,water level measured after 15 mins.is at 15.75 ft. The ground water elevation was not determined during the course of this boring. Driller:Adalberto Perez Logger:John A.Gentry Organization: Geotest Engineering,I l c. FIGURE A-2 C:1Jobs11 1 4 0 21 50 01\1140215001_Roadway_Storm Sewer GB50,51,52,54,55,57,59,61,63,65,67.CLG 484 F _„....A.:., DRILLING LOG 1 of 1 ^R County Brazoria Hole GB-51 District Houston I WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-6-16 Version 3.1 CSJ 0912-31-290 Station 15+24.5 Grnd.Elev. 51.00 ft Offset 17.3'RT GW Elev. N/A s Trlaxial Test Properties L Texas ConeEle Lateral Deviator Wet (ft) G0 Penetrometer Strata Description Press. Stress MC LL PI Den. Additional Rema ks ( (ft) (psi) (psi) 30 (pcf) P CLAY,soft to very stiff,dark w/grass roots and shell gray(CH) 3 9 28 60 37 122 fragments 0'-1; gray 3'-6' 7 5 / 2(6)2(6) 33 very soft 5'-6.5' I., gray&yellow w/ferrou stains -/ 8 16 29 67 47 122 &ferrous nodules 6'-1 e' -✓ 4(6)5(6) 30 { 10 brown and gray 10'-13' 7/ 24 15 _ clay,sandy 13'-14' UUU 6(6)10(6) 15 11 34 65 40 126 _ w/sand&silt seams 1•'-17' 27 -/ reddish brown and gr.y 20 10(6)12(6) 0 33 24 54 33 131 nodules 2 ou2and ferr•us 22 brown and gray 22'-25 r 7/ 0 47 21 56 33 133 25 -' 9(6)11 (6) 24.5 -L 30- ..1 - 35 - 1 - 40 — '7 — `I — 45- 'I - - 1 50 = ^I 55- t - _.i - 7 RO - Remarks:1)Dry auger to 15.0 ft.,wet rotary from 15.0 ft.to 25.0 ft.2)Free water encountered at 15.0 ft.during drilling,water level measured after 15 mins.Is at 3.42 ft. 1 The ground water elevation was not determined during the course of this boring. t�9i Driller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Ihc. FIGURE A-3 C:1Jobs11140215001%1140215001_Roadway_Storm Sewer GB50,51,52,54,55,57,59,61,63,65,67.CLG 485 ri . - DRILLING LOG 1 of 1 � " County Brazoria Hole GB-52 District Houston ryt WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-16 Version 3.1 CSJ 0912-31-290 Station 24+10.5 Grnd.Elev. 51.50 ft Offset 12.9'LT GW Elev. N/A i L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. '!! (psi) (psi) 19 (PO50.5 FILL,clay sandy,gray w/oyster shell,sand,and t CLAY,silty,stiff,gray w/sand 3 18 21 43 27 123 clay mix w/roots 0'-1' 48.5 / ceamg(ct) CLAY,soft,gray w/calcareous 27 60 37 7 6 / 4(6)4(6) and ferrous nodules and ferrous ( / stains(CH) brown and gray 6'-8' 24 43.5 w/calcareous nodules '-10' / CLAY,silty,stiff,brown and 10 26 19 42 25 135 1 41.5 10 4(6)3(6) gray(CI) lifSILT,very loose,brown w/sand w/sand&clay seams 1.5'-13' (ML) 27 __%passing#200 sieve=71% 38.5 1101 CLAY,silty,brown and gray(CL) - _22 37 17 136.5 15 7(6)8(6) / CLAY,soft to very stiff,reddish brown w/ferrous stains(CH) 32 w/calcareous nodules 18'-20' I 20 31 30 62 38 123 w/silt seams 18'-23' J 20 Ø76J8.(6) i 24 1 w/calcareous nodules 23'-25' 0 28 23 51 29 127 25 / 8(6)9(6) 25. I 30 ^1 1 V 35 1 40 7 1 r 45 " i 50 � n U r 55 Li ri fin j 5 Remarks:1)Dry auger to 11.5 ft.,wet rotary from 11.5 ft.to 25.0 ft.2)Free water encountered at 10.0 ft.during drilling,water level measured after 15 mins.Is at 5.67 ft. The ground water elevation was not determined during the course of this boring. 0 Driller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Inc. FI URE A-4 C:1Jobs111402150011140215001_Roadway_Storm Sewer 6B50,51,52,54,55,57,59,61,63,65,67.CLG 486 [I . . DRILLING LOG 1 of 1 r1. '� County Brazoria Hole GB-53 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-6-16 L.! Version 3.1 CSJ 0912-31-290 Station 32+61.2 Grnd.Elev. 50.80 ft Offset 7.4'RT GW Elev. N/A [!‘ L Triaxial Test Properties Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (ncf) FILL,clay,sandy,gray 13 w/grass roots,shell fr!gments 48.8 I &sand seams 0'-2' CLAY,sandy,soft to very stiff, 4 21 21 45 26 130 5 4(6)7(6) brown and gray w/ferrous nodules 17 w/calcareous nodules 4'-5' ) Li f 18 P 10 -- 5(6)6(6) 0 28 18 36 20 134 7 25 w/sand seams 13'-13. ' _.-4.---p 35.8 15 7(6)9(6) 15 7 32 37 18 126 CLAY,soft to very stiff,reddish -2 brown and gray wlferrous stains, 24 calcareous nodules and silt seams 30.8 20 -.. 6(6)6(6) (CH) 0 30 27 64 40 127 CLAY,silty,soft to medium stiff, brown w/silt seams(CL) 23 12 23 29 9 128 27 8 - . w/calcareous nodules and 25 — 15(6)16(6) gray reddish brown and 28 ferrous stains 23'-25' �/ ray(CH) gray and brown 26'-28 fl 24.3 - 0 54 19 47 31 131 CLAY,sandy,very stiff(CL) w/calcareous nodules 28'-30' 22.8 CLAY,stiff to very stiff,gray _22 30 -� 16(6)18(6) and brown w/ferrous nodules and reddish brown and gr-y 30'-35' ferrous stains(CH) —/ 0 32 26 60 38 125 J w/calcareous nodules 33'-35' 27 35 ▪ 19(6)20(6) I" 14.3 — 40 — 1 45 - 7 _ 50 — i , — ri 55 — — An — Li Remarks:1)Dry auger to 13.0 ft.,wet rotary from 13.0 ft.to 35.0 ft.2)Free water encountered at 13.0 ft.during drilling,water level measured after 15 mins.is at 4.42 ft. The ground water elevation was not determined during the course of this boring. Driller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Inc. FIGURE A-5 L+ C:1Jobs\114021500111140215001_Roadway_Storm Sewer GB49,53,56,58,60,62,64,66,68.CLG 487 LI DRILLING LOG 1 oft �a"'�aa County Brazoria Hole GB-54 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-29-16 Version 3.1 CSJ 0912-31-290 Station 40+80.4 Grnd.Elev. 49.40 ft Offset 7.4'RT GW Elev. N/A 1 .._1 L Triaxial Test Properties Texas Cone Lateral Deviator Wet Elev. Penetrometer Strata Description Press. Stress MC LL PI Den. Additional Rema ks (ft)ft) G (psi) (psi) (pcf) CLAY,sandy,soft to very stiff, 26 w/grass roots 0'-2' ``' gray and yellow(CL) w/ferrous nodules 2'-1 ' 4 14 21 42 23 123 w/calcareous nodules b ferrous 5 / 4(6)5(6) 21 stains 4'-10' _9 0 30 19 43 24 131 —e--,i- 1 0 10 5(6)5(6) 19 37.9 CLAY,silty,very soft to soft, 24 ^+ I. reddish brown,brown and gray 15 3 27 30 11 130 15 /� 8(6)9(6) w/calcareous and ferrous nodules �, (CL)32.9 CLAY,soft to very stiff,reddish 26 brown,brown and gray w/calcareous and ferrous nodules and silt seams 0 25 28 71 44 129 9(6)10(6) 20 —/ -,/ (CH) —/ 22 0 ---/ 13(6)13(6) 0 44 20 52 30 136 25 22.9 _ 30 — n _ 4l 35 - - Li — 40 — - L�t _ 45— r-7 — 50 _ U r•q 55 p — I an — L.: Remarks:1)Dry auger to 16.5 ft.,wet rotary from 16.5 ft.to 25.0 ft.2)Free water encountered at 15.0 ft.during drilling,water level measured after 15 mins.is at 4.33 ft. The ground water elevation was not determined during the course of this boring. i Driller:Jose Munoz Logger:Felipe Gamez Organization:Geotest Engineering,Inc. FIGURE A-6 Li C:blobs\1140215001\1140215001_Roadway_Slorm Sewer GB50,51,52,54,55,57,59,61,63,65,67.CLG 488 [7 ,, -, DRILLING LOG 1of1 County Brazoria Hole GB-55 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-29-16 Version 3.1 CSJ 0912-31-290 Station 46+50.7 Grnd.Elev. 48.50 ft Offset 34.2'RT GW Elev. N/A ,.1 L Triaxial Test Properties Texas Cone Elev. Lateral Deviator Wet G 0 Strata Description Additional Remakks Penetrometer Press. Stress MC LL PI Den. 7 O ► (psi) (psi) (Pen CLAY,gray w/calcareous and ferrous 26 `a 46.5 nodules(CH) CLAY,sandy,soft to very stiff, 4 19 16 40 23 133 gray and yellow w/calcareous and 14 5 8(6)8(6) ferrous nodules and ferrous stains (CL) 8 31 20 47 28 137 20 10 f 4(6)5(6) 13 10 17 31 14 129 [z1 35.5 —..:.: SAND,clayey,loose,brown and 19 22 5 15 — '::; 9(6)9(6) yellow(SC) 32. —4 CLAY,soft to very stiff,reddish 23 %passing#200 sieve=87% brown and gray w/calcareous and slickensided 18'-20' 8(6)_11 (6) ferrous nodules and ferrous stains 20 43 29 71 44 128 20 ._,/, (CH) —/ 25 12(6)29(6) 0 46 20 54 33 137 25 22. D _ 30 — 35 — O 40— 0 — 45 — GE 50 — • III 55 — , 1 sn — Remarks:1)Dry auger to 16.5 ft.,wet rotary from 16.5 ft.to 25.0 ft.2)Free water encountered at 15.0 ft.during drilling,water level measured after 15 mins.is at 7.58 ft. The ground water elevation was not determined during the course of this boring. • Driller:Jose Munoz Logger: Felipe Gamez Organization:Geotest Engineering,Inc. i[ FIGURE A-7 C:Wobs\1140215001\1140215001_Roadway_Storm Sewer G050,51,52,54,55,57,59,61,63,65,67.CLG 489 � - DRILLING LOG 1 of 1 - —'"'"" "' County Brazoria Hole GB46 District Houston 1 WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 -` Version 3.1 CSJ 0912-31-290 Station 58+00.00 Grnd.Elev. 50.10 ft Offset 10'RT GW Elev. N/A BL Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Rema ks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) F 48.6 P FILL,clay,gray 21 w/calcareous nodules and CLAY,sandy,soft to stiff,gray sand seams 0'-2' _.4/ w/calcareous and ferrous nodules 4 19 22 47 30 131 -/ 4(6)5(6) and ferrous stains(CH) 95 gray and yellowish brown 4'-10 1 5 --, w/sand pockets 6.5'-13' -/ 8 24 18 35 19 131 4(6)4(6) 22 10 brown 11.5'-13.5' --/ 23 24 9 %passing#200 sieve 78% 71 36.6 -Jr 6(6)7(6) SAND,clayey,loose,brown(SC) 22 %passing#200 sieve=47% 35.1 15 = CLAY,soft to stiff,reddish brown r� and brown w/silt seams(CH) 27 52 31 ' 31 70 45 nodules 18'w/calcareou25nd ferrous L i 20 7(6)8(6) brown and gray 20'-23' slickensided 21.5'-23' --/ 0 27 24 60 41 124 J reddish brown&gray 23'-25' 25 8(6)10(6) 24 23.6 0 62 16 42 26 138 7CLAY,sandy,stiff to hard,brown reddish brown,brown and ( j and gray w/sand seams(CL) 20 gray 28'-33' 30 / 14(6)15(6) 19 17.1 it CLAY,silty,medium stiff to stiff, _0 7 24 34 18 130 35 17(6)18(6) reddish brown and gray w/sand 13.6 seams(CL) 40 - 45- _t 50 - I 7 55- - 7 sn — { Remarks:1)Dry auger to 6.6 ft.,wet rotary from 6.6 ft.to 35.0 ft.2)Free water encountered at 5.0 ft.during drilling,water level measured after 15 mins.is at 3.0 ft. 5 The ground water elevation was not determined during the course of this boring. { • Driller:Adalberto Perez Logger:John A.Gentry/Felipe Gamez Organization:Geotest Engineering,I c. i FI, UREA-8 C:Wobs 114021500111140215001_Roadway_Storm Sewer G649,53,56,58,60,62,64,66,68.CLG 490 ri DRILLING LOG 1 of 1 County Brazoria Hole GB-5'8 District Houston I WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-15 .s, Version 3.1 CSJ 0912-31-290 Station 78+09.3 Grnd.Elev. 50.00 ft Offset 9.9'LT GW Elev. N/A L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Rema ks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi). (act) 1 48.8 1 PAVEMENT 20 3"Asphalt over 48. rayc aad gray 11"Limestone Base w4oyster CLAY,so to very stiff,dark 20 shell fragments,sand seams& 5 / 4(6)5(6) gray(CH) 5 28 21 53 33 130 calcareousg 8 nodules 14'-2' 44 w/ferrous nodules and ferrous stains 7'-11' 10 6(6)7(6) 10 32 22 60 37 130 gray and yellow ll w w/calcareous 39. CLAY,sandy,stiff,gray and brown 13 25 18 32 15 133 %passing#200 sieve 47% 37. b-- aud-Seams-(-CL) w/calcareous nodules 3'-779' 6(6)8(6) CLAY,soft to stiff,reddish brown 24 15 and gray w/ferrous nodules and -� ferrous stains(CH) -/ 33 J slickensided 18'-20' 20 7(6)8(8) 0 21 28 58 35 124 21 27. LI 25 - 15(6)15(6) gray(CL)ndy,stiff,brown and 0 18 22 45 25 128 w/calcareous and ferr•us nodules&sand seam 25'-28' f 18 wlsand&silt seams 2 '-30' 20. 30 5 9(6)12(6) 30 25 20 32 15 131 .� w/ferrous stains 30'-33' CLAY,stiff,reddish brown and r. gray(CH) 26 w/silt seams 33'-35' 35 11 (6)12(6) 35 17 26 51 31 125 FT 13.5 _ 40 - P - 45 - LS — 50 - Li - 55 - El sn - Remarks:1)Dry auger to 21.6 ft.,wet rotary from 21.6 ft.to 35.0 ft.2)Free water encountered at 21.0 ft.during drilling,water level measured after 15 mins.is at 12.08 ft. The ground water elevation was not determined during the course of this boring. Driller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Inc. 7 FIGURE A-9 C:Wobs\114021500111140215001_Roadway_Storm Sewer GB49,53,56,58,60,62,64,66,68.CLG .� 491 L A- DRILLING LOG 1 of 1 •.® County Brazoria Hole GB-60 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 '-' Version 3.1 CSJ 0912-31-290 Station 98+36.9 Grnd.Elev. 50.00 ft Offset 12'LT GW Elev. N/A Li L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Penetrometer p Additional Remarks - .s (ft) G Press. Stress MC LL PI Den. 1 (psi) (psi) (pcf) 1 PAVEMENT 48.5 1.5"Asphalt over 16"Sand, y s FILL,clay,sandy 18 Gravel and Oyster Shell Mix 47. 22 dark gray&gray w/shell 1(6)3(6) CLAY,sandy,very soft to stiff, 5 13 20 44 28 130 fragments and calcareous 5 ...7... brown and gray w/calcareous and nodules 17.5"-3' -' ferrous nodules and ferrous stains w/silt seams 4'-8' (CL) 21 79 10 7(6)7(6) 10 22 19 49 31 134 20 1 5(6)4(6) 15 9 21 28 11 134 15 - 33.5 CLAY,stiff to very stiff,reddish 30 brown w/calcareous and ferrous 0 39 23 53 32 133 -[ 20 18(6)17(6) nodules and sand seams(CH) 28.5 18 CLAY,sandy,stiff,gray and brown • w/sand pockets,ferrous nodules 25 15 17 24 9 138 25 18(6)19(6) and ferrous stains(CL) 7 1 18 12(6)13(6) 0 32 21 33 14 132 20. 30 CLAY,stiff,reddish brown and w/silt seams 31.5'-33' gray w/ferrous nodules and ferrous 2g i J 17. � --stains 35 10(6}10(6) CLAY,silty,medium stiff to stiff, 35 12 24 31 12 128 reddish brown and brown w/silty 1 13.5 _ sand layer(CL) 40 - Li — 45— f"? — � aI — 1 50 _ a = 7 55 - - LI - An — LI Remarks:1)Dry auger to 16.5 ft.,wet rotary from 16.5 ft.to 35.0 ft.2)Free water encountered at 15.0 ft.during drilling,water level measured after 15 mins.is at 7.17 ft. IThe ground water elevation was not determined during the course of this boring. u Driller:Jose Munoz Logger:John A.Gentry/Felipe Gamez Organization:Geotest Engineering,In,c. FIGURE A-10 r C:Wobs1114021500111140215001_Roadway_Storm Sewer_GB49,53,56,58,60,62,64,66,68.CLG 492 0 . ' k., DRILLING LOG 1 of LEA. County Brazoria Hole GB-61 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 — Version 3.1 CSJ 0912-31-290 Station 106+40.0 Grnd.Elev. 48.20 ft Offset 10'LT GW Elev. N/A 1 _; Triaxial Test Properties L Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Rema ks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) CLAY,sandy,soft to very stiff, 20 w/grass roots 0'-2' gray w/silt seams,calcareous w/ferrous nodules 2'-5' nodules and ferrous stains(CH) 4 34 17 39 21 135 ry 11 1 5 10(6)9(6) 17 41.7 w/calcareous nodules 6.5'-8' CLAY,very stiff,gray and brown 8 29 22 56 34 130 1 w/ferrous nodules and ferrous 23 38.2 10 —/ 5(6)6(6) stains(CH) — CLAY,sandy,soft to medium stiff, w/silt seams,ferrous rodules gray and brown(CL) 13 13 21 28 11 127 &ferrous stains 11.5'-13'�- 55.2 w/calcareous nodules 13 15' ✓ 10(6)11 (6) CLAY,stiff,reddish brown and 27 95 — gray w/silt seams,ferrous nodules and ferrous stains(CH) —,/ 18 20 30 74 45 128 30.2 ,/ CLAY,silty,stiff,reddish brown 24 J 20 10(6)11 (6) w/calcareous nodules(CL) 26.7 : w/silt seams 21.5'-23' 7 CLAY,sandy,stiff,gray and brown 23 18 19 32 15 136 w/calcareous and ferrous nodules 20 `I 25 . 18(6)19(6) (CL) 21.7 —_� ri j — 30 — I — L1 — 35 — { — 40— +i — _ 45— ` — Pi 50 _ Lt 55_ 7 en — ii Remarks:1)Dry auger to 16.5 ft.,wet rotary from 16.5 ft.to 25.0 ft.2)Free water encountered at 16.5 ft.during drilling,water level measured after 15 mins.is at 3.0 ft. { The ground water elevation was not determined during the course of this boring. Driller:Jose Munoz Logger:Felipe Gamez Organization:Geotest Engineering,Inc. 1 FIGURE A-11 r C:Uobs\1140215001\1140215001_Roadway_Storm Sewer GB50,51,52,54,55,57,59,61,63,65,87.CLG 493 Li DRILLING LOG 1 of 1 County Brazoria Hole GB-62 District Houston 5 WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Version 3.1 CSJ 0912-31-290 Station 118+00.8 Grnd.Elev. 48.90 ft Offset 15.9'LT GW Elev. N/A 1 _( L Triaxial Test Properties Texas Cone Lateral Deviator Wet f G Penetrometer Strata Description Press. Stress MC LL PI Den. Additional Remarks ( (ft)) (psi) (psi) (pcf) FILL,clay,gray w/calcareous 19 46.4 nodules and sand seams 1 CLAY,very soft to stiff,gray 4 24 21 56 33 130 1 5 / 3(6)4(6) w/calcareous nodules and ferrous 24 w/ferrous nodules 4'-5' stains(CH) - 42.4 23 w/calcareous nodules 6.5'-8' CLAY,silty,very soft to stiff, { brown and gray w/silt,ferrous 10 18 23 29 10 132 10 3(6)4(6) nodules and ferrous stains(CL) 37.4 - 26 _/ CLAY,very stiff,reddish brown w/ferrous nodules an ferrous and gray w/calcareous nodules 15 28 25 75 47 130 stains 13'-15' � 33.9 15 6(6)7(6) (CH) CLAY,sandy,soft to very stiff, reddish brown and gray w/silt 22 seams(CL) 7 1 20 28 22 42 22 132 20 6(6)6(6) w/ferrous nodules and ferrous 19 stains 21.5'-23' w/calcareous nodules 21.5'-25' 7(6)10(6) 0 29 19 34 16 132 - 25 w/calcareous nodules 26.5'-28' 22.4 ,. CLAY,silty,stiff to verystiff, 7 -- 22 w/silt stone 28'40' i 1 brown w/sand seams(CL) 30 41 23 24 7 135 30 /� 18(6)20(6) reddish brown&gray 31.5'-33' ?.� 17.4 CLAY,very stiff(CH) 33 41 26 68 42 127 w/calcareous nodules and silt 15.9 seams 31.5'-35' 1 -.- CLAY,silty,hard,brown w/silt 25 37 17 35 50(5)50(4) stone(CL) 12.4 _,---° _1 40 - - i - 45- I 50 _ 1 55 - - 760- L° Remarks:1)Dry auger to 15.0 ft.,wet rotary from 15.0 ft.to 35.0 ft.2)Free water encountered at 13.0 ft.during drilling,water level measured after 15 mins.is at 10.0 ft. The ground water elevation was not determined during the course of this boring. - Driller:Adalberto Perez Logger: Felipe Gamez Organization:Geotest Engineering,Inc. FIGURE A-12 s C:\Jobs\1140215001\1140215001_Roadway_Storm Sewer G849,53,56,58,60,62,64,66,68.CLG 494 1 7 1 L = DRILLING LOG ilof 1 ^� � °� County Brazorla Hole GB-63 District Houston 1 WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-27-16 L I Version 3.1 CSJ 0912-31-290 Station 128+17.8 Grnd.Elev. 48.10 ft Offset 7.3'LT GW Elev. N/A r, Triaxlal Test Properties L Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Remarks Penetrometer Press. Stress MC LL PI Den. 1 (ft) G (psi) (psi) (pcf) 1 I CLAY,sandy,soft to medium stiff, 19 w/grass roots 0'-4' — dark gray w/sand seams,ferrous 25 gray 2'-3' nodules and ferrous stains(CL) w/calcareous nodules 2'-6' ,,1 5 10 23. 44 27 125 gray and yellow 3'-6' I 5 p 4(6)4(6) 42.1 SAND,silty,slightly compact, 19 %passing#200 sieve=30% brown and gray(SM) i::: 10 -` : 15(6)18(6) 36.1 _, 21 CLAY,stiff to very stiff,reddish wlsiit and silty clay "1 brown wlsiit seams and calcareous 15 32 31 76 61 124 seams at 13' 15" 10(6)10(6) nodules(CH) 22 ""1 30.1 — CLAY,silty,stiff,brown w/silt 20 16 22 41 24 133 28.1 20 6(6)11 (6) aadsanri aPamc((L) CLAY,sandy,soft to very stiff, gray and yellow w/calcareous and 17 7 ferrous nodules(CL) 1 , 0 29 18 27 13 128 L 25 1 5(6)5(6) 21.6 _� 30 — 1 _ L 35- - 40 — L. — 45- 7 - 50 — — 55 _ Rn — Remarks:1)Dry auger to 6.5 ft.,wet rotary from 6.5 ft.to 25.0 ft.2)Free water encountered at 5.33 ft.during drilling,water level measured after 15 mins.is at 2.0 ft. '''I The ground water elevation was not determined during the course of this boring. I Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,Inc. "1 C:Uobs1114021500111140215001_Roadway_Storm Sewer GB50,51,52,54,55,57,59,61,63,65,87.CLG FIGURE A-13 ' 495 DRILLING LOG 1 of 1 "" County Brazoria Hole GB-64 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 -- Version 3.1 CSJ 0912-31-290 Station 139+39.9 Grnd.Elev. 47.30 ft Offset 10.1'RT GW Elev. N/A 1 Triaxial Test Properties L Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Remarks Penetrometer Press. Stress MC LL P1 Den. 1 (ft) G (psi) (psi) (pcf) FILL,clay,sandy,gray and brown 17 w/roots,sand seams and shell 45.9 3 9 22 40 21 127 fragments,calcareous and 44.3 CLAY,sandy,dark gray(CL) ferrous nodules 0'-17" CLAY,soft,gray and yellowish 23 wlroots 17"-3' 5 �/ 4(6)5(6) brown w/sand seams and ferrous %passing#200 sieve=81% ? 41.3 —staff w/ferrous nodules and ferrous CLAY,sandy,soft to very stiff, 40 stains 6'-10' gray and yellowish brown(CL) w/sand seams 6'-11.5' 0 29 20 43 24 131 10 — 6(6)8(6) w/ferrous stains 10'-13' gray and brown w/silt 35.8 .' CLAY,soft to stiff,reddish brown 26 seams 11'10"-13' - and gray w/silt seams,ferrous 15 13 30 52 30 124 15 7(6)7(6) nodules and ferrous stains(CH) 32 0 25 32 70 42 123 20 7(6)8(6) w/calcareous nodules 21'-23' brown and gray w/ferrous ' 24.3 —/ 24 nodules 22'-23' CLAY,sandy,stiff to very stiff, 0 21 18 30 14 134 25 /� 8(6)12(6) gray w/sand seams and calcareous nodules(CL) 16 gray&yellow 26'-28' gray&brown 28'-30' 0 36 20 34 16 132 — 17.3 30 12(6)13(6) CLAY,silty,stiff,brown and "I gray w/sand and silt seams and 0 16 21 36 18 132 14.3 calcareous-nodules-(CL) —' 35 —� 14(6)16(6) CLAY,stiff,reddish brown and 23 gray w/calcareous nodules(CH) I, 10.8 40 7 - - - 45 — 50 — ... — 55— —1 en — . Remarks:1)Dry auger to 13.0 ft.,wet rotary from 13.0 ft.to 35.0 ft.2)Free water encountered at 13.0 ft.during drilling,water level measured after 15 mins.Is at 5.92 ft. The ground water elevation was not determined during the course of this boring. 1 Driller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Inc. FI URE A-14 — C:Uobs\114021500fl1140215001_Roadway_Storm Sewer GB49,53,56,58,60,62,64,66,68.CLG 496 -. DRILLING LOG 1 of 1 �h" County Brazoria Hole GB-66 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-15 Version 3.1 CSJ 0912-31-290 Station 161+99.9 Grnd.Elev. 48.30 ft Offset 10'RT GW Elev. N/A L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (DO _1 CLAY,sandy,soft to stiff,dark 19 w/grass roots 0'-2' gray w/sand seams(CL) yellowish brown&gray 4 19 14 43 25 126 w/calcareous nodules 2'-5' 1 5 5(6)6(6) 18 brown&gray w/ferrous stains Li &ferrous nodules 5'-11' 21 y 10 7 19 26 10 129 10 4(6)6(6) �' 37.3 -1/ CLAY,soft to very stiff,reddish 27 brown and gray w/calcareous and 15 7(6)8(6) ferrous nodules and ferrous stains 29 (CH) ) --/ 0 31 30 78 48 126 El 29.3 -/ 30 20 /� 5(6)6(6) CLAY,sandy,soft to stiff,gray w/ferrous nodules 20'-23' and brown w/ferrous stains and sand seams(CL) 23 22 22 36 19 134 71 17 { 23.3 25 10(6)18(6) SAND,silty,slightly compact ,( -\.:- ::2 to compact,brown and gray(SM) 21 %passing#200 sieve=31% d `•': 26(6)27(6) 30 -•?- -::;:- .::i 21 p _:::...: '.::.:. •`' 23(6)25(6) 35 -: i [I 11.8 =-— 40 - L..i E 45 - - 50- -_ 55 = sn - Remarks:1)Dry auger to 10.0 ft.,wet rotary from 10.0 ft.to 35.0 ft.2)Free water encountered at 9.0 ft.during drilling,water level measured after 15 mins.Is at 3.33 ft. 1 The ground water elevation was not determined during the course of this boring. w Driller:Adalberto Perez Logger:John A.Gentry Organization:Geotest Engineering,Ihc. I URE A-15 C:Wobs\1140215001\1140215001_RoadwayStorm Sewer GB49,53,56,58,60,62,64,66,68.CLG El FIG 497 = ¢= DRILLING LOG 1 of I .J, kl """ � County Brazoria Hole GB-67 District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 2-1-16 L. Version 3.1 CSJ 0912-31-290 Station 170+98.7 Grnd.Elev. 46.00 ft Offset 14'RT GW Elev. N/A 1 L Texas Cone Triaxial Test Properties 0Lateral Deviator Wet(ft) G Penetrometer Strata Description Additional Rema ks (ft) G Press. Stress MC LL PI Den. il . (mil (Psi) (pcf) 1 _� CLAY,dark gray and gray w/roots 25 w/roots and sand seams 0'-2' 44. (CH) CLAY,sandy,stiff,gray and yellow 20 -1 4(6)4(6) w/calcareous and ferrous nodules 5 20 20 45 26 127 i 41. 5 and-sand-seams(CL) L= CLAY,silty,soft to medium stiff, gray and brown w/sand seams,ferrous 23 P nodules and ferrous stains(CL) 10 • 6(6)11 (6) 10 13 24 37 18 130 34.5 30 nodules r eous 11 5-15d ferrous CLAY,soft to very stiff,reddish brown and gray(CH) 0 28 32 81 51 125 15-Li -✓ 8(6)10(6) 31 w/sand seams and ferrous 20 24 23 52 30 133 nodules 18'-20' 20 -� 7(6)10(6) 24.5 CLAY,silty,stiff to very stiff, 17 brown and gray w/calcareous nodules 0 15 22 32 14 133 — 25 // 23(6)22(6) and sand pockets(CL) 19.5 -_. E - 30 - "I - i - 35 - 0 _ 40 - I - 45 - PI 50 - _ 71 55 = sn — Remarks:1)Dry auger to 13.0 ft.,wet rotary from 13.0 ft.to 25.0 ft.2)Free water encountered at 12.0 ft.during drilling,water level measured after 15 mins.is at 4.0 ft. FThe ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:Felipe Gamez Organization:Geotest Engineering,I c. pFIGURE A-16 C:Wobs1114021500111140215001_Roadway_Storm Sewer GB50,51,52,54,55,57,59,61,63,65,67.CLG 498 DRILLING LOG 1 of — County Brazorla Hole GB-68 District Houston 1 WinCore Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Version 3.1 CSJ 0912-31-290 Station 181+20.2 Grnd.Elev. 44.70 ft Offset 15.3'RT GW Elev. N/A DL Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. '; (psi) (psi) (pcf) I CLAY,sandy,dark gray w/roots 20 42.7 rtY w/sand seams 2'-8' ,soft to very stiff,gray 23 C Fl. 7(6)7(6) and brown w/ferrous nodules and 5 28 20 53 28 132 5 ferrous stains(CH) -/ 22 E 10 =/ 6(6)7(6) 10 26 28 52 32 131 -I/ reddish brown&gray 11.5'-15' 36 w/silt seams 13'45' 15 14 28 51 31 126 Li 15 1 8(6)9(6) w/calcareous nodules 16.5'-18' 26 26.7 CLAY,sandy,stiff to very stiff, 20 12 21 41 25 131 Li20 9(6)13(6) brown and gray w/calcareous nodules and silt seams(CL) 17 E 0 42 20 38 19 134 25 13(6)16(6) ir- r _?'"': 20 0 22 _ 20 28 12 131 30 14(6)15(6) '7 23 %passing#200 sieve=69% 11.7 CLAY,very stiff,reddish brown 0 49 25 64 43 132 35 -, 22(6)25(6) w/calcareous nodules(CH) 8.2 _ 40 - 45- ' _1II �i H 50 9 -1 7 55- I - Remarks:1)Dry auger to 15.0 ft.,wet rotary from 15.0 ft.to 35.0 ft.2)Free water encountered at 15.5 ft.during drilling,water level [I measured after 15 mins.Is at 6.0 ft. fit The ground water elevation was not determined during the course of this boring. 1 Driller:Adrian Logger:Felipe Gamez Organization:Geotest Engineering,Inc. C:Wobs\1140215001\1140215001 Roadway_Storm Sewer GB49,68.CLG FIG ME A-17 499 El A-, DRILLING LOG 1 of r FS: "' "`" County Brazoria Hole GB-69 District Houston WinCore Highway McHard Road • Structure Detention Pond-O'Day Date 1-27-16 -I Version 3.1 CSJ 0912-31-290 Station 119+94.0 Grnd.Elev. 47.70 ft Offset 123.7'RT GW Elev. N/A L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) A CLAY,sandy,stiff to very stiff, 15 w/grass roots 0'-I' dark gray and gray w/calcareous 3 28 15 41 23 137 nodules and ferrous stains(CL) gray 3'-5' 5 - 5(6)10(6) 19 soft 5'-6.5' w/ferrous nodules 5'-10' 17 38 20 gray and brown 5'-13' 7 11 (6)9(6) 10 23 22 130 -� 10 --. 17 32 12 34.7 CLAY,soft,reddish brown and 33 15 �/ 8(6)11 (6) gray w/ferrous nodules and ferrous - 31 2 stains(CH) 20, -' 25 - - i - 30 - :1! - 35 - 40 7 _ 45 - 750 _ 1 55 _ _i - 1 BR- Remarks:1)Dry auger to 15.0 ft.,wet rotary from 15.0 ft.to 15.0 ft.2)Free water first encountered at 13.25 ft.during drilling; after 15 mins.at 6.75 ft. re The ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,!pc. B FIGURE A-18 C:Wobs1114021500111140215001_Detention Pond_ODay_GB69to71.CLG 500 DRILLING LOG 1 of 1 � 00 County Brazoria Hole GB-TOP District Houston WinCore Highway McHard Road Structure Detention Pond-O'Day Date 1-27-16 -3 Version 3.1 CSJ 0912-31-290 Station 123+02.4 Grnd.Elev. 47.20 ft Offset 134.7'RT GW Elev. N/A Ti L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) CLAY,sandy,stiff,dark gray 21 w/grass roots 0'-2' ~9 CLAY, - and gray w/calcareous and ferrous nodules(CL) 3 15 20 43 23 122 w/calcareous nodules 3'-5' 1 42.2 5 l 4(6)3(6) 22 42 25 _i SAND,silty,very loose,brown and gray(SM) 20 %passing#200 sieve=32% 38.2 10 —� 8(6)9(6) CLAY,soft to very stiff,reddish 10 31 23 56 31 121 slickensided 9'-10' '� brown and gray w/calcareous nodules —, and ferrous stains(CH) _ 27 —/ 31 78 49 ri 15 —./ 5(6)7(6) 30.7 —L i b 20 — 7 — ' i — ,.? 25 — Lp _ W 30— 1 — 35 i 40 - 45- 50— __ 7 55 — i — U — Ro Remarks:1)Dry auger to 8.0 ft.,wet rotary from 8.0 ft.to 15.0 ft.2)Free water first encountered at 8.0 ft.during drilling;after 15 mins.at 5.17 ft. The ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,Inc. FIGURE A-19 1 C:Uobs\1140215001\1140215001_Detentian Pond_ODay_GB69to71.CLG 501 DRILLING LOG 1 of 1 County Brazoria Hole GB-71 District Houston 71 WinCore Highway McHard Road Structure Detention Pond-O'Day Date 1-27-16 Version 3.1 CSJ 0912-31-290 Station 126+60.9 Grnd.Elev. 47.00 ft Offset 145.3'RT GW Elev. N/A T L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Rema ks (ft) G Penetrometer Press. Stress MC LL PI Den. 1 P (psi) (psi) (pcf) _,......:: CLAY,sandy,stiff to very stiff, 23 w/grass roots 0'-2' dark gray w/calcareous and ferrous 18 41 23 w/sand seams 0'-6' i p nodules and ferrous stains(CL) 5 33 17 132/ gray and yellow 2'-7' 6 10(6)12(6) 8 43 20 45 25 132 gray& yellowish brov►n 7'-10' _ w/sand seams 8'-10' 37. 10 2(6)2(6) 22 CLAY,very soft to soft,reddish brown and gray w/calcareous and 26 ferrous nodules and ferrous stains 31 72 45 4(6)8(6) 15 (CH) 30.5 20 — il _ 25 — ii u - 30 — r _ 35 — 9 j 40 - l _ 45 — _ 4 50 — ri 55_ 7 60 — �i Remarks:1)Dry auger to 10.0 ft.,wet rotary from 10.0 ft.to 15.0 ft.2)Free water first encountered at 10.0 ft.during drilling;after 15 mins.at 6.75 ft. lThe ground water elevation was not determined during the course of this boring. 7Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,Zinc. s FI URE A-20 ..J C:1Jobs1114021500111140215001_Detention Pond ODay_GB69to71.CLG 502 DRILLING LOG 1 of I ��"°`m County Brazoria Hole GB-72 District Houston 1 WinCore Highway McHard Road Structure Detention Pond-Hatfield Date 1-26-16 --' Version 3.1 CSJ 0912-31-290 Station 142+29.9 Grnd.Elev. 46.20 ft Offset 130.1'RT GW Elev. NIA pL Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remaks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) 4 _iiCLAY,sandy,very soft to medium 21 w/grass roots 0'-2' stiff,dark gray w/calcareous gray 2'-4' and ferrous nodules(CL) 4 9 18 38 23 127 gray and yellow w/ferrous 5 2(6)2(6) 22 stains 4'-6' u 40.2 SAND,silty,slightly compact, 98 brown and gray(SM) ri, , , 10 -` :. ` 11 (6)11 (6) 17 %passing#200 sieve=15% 34.7 .` CLAY,soft to very stiff,reddish 26 71 4 brown and gray(CH) slickensided,w/ferrous-1 15 31 27 79 66 128 nodules 13.5' 5'� 15 (6)3(6) very soft 15-16.5 -t . 31 7 7(6)7(6) 20 54 37 20 24.7 _ 25 — 30 — 35 7 - 40 — i — 45 - 50 = ,s- 55 — ", so — Remarks:1)Dry auger to 5.0 ft.,wet rotary from 5.0 ft.to 20.0 ft.2)Free water first encountered at 4.0 ft.during drilling;after 15 mins.at 2.0 ft. ElThe ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,Ijic. F FIGURE A-21 C:Uobs11140215001\1140215001_Detention Pond_Hatfield_GB72to78.CLG 503 DRILLING LOG 1 of 1 County Brazoria Hole GB-73 District Houston 1 WinCore Highway McHard Road Structure Detention Pond-Hatfield Date 1-26-16 Version 3.1 CSJ 0912-31-290 Station 146+00.1 Grnd.Elev. 45.40 ft Offset 130.2'RT GW Elev. N/A 7 ._ L Triaxial Test Properties Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Remarks Penetrometer Press. Stress MC LL PI Den. 1 (ft) G (psi) (psi) (Pcf) CLAY,soft to very stiff,gray 23 -, w/ferrous nodules,ferrous stains gray and brown 2'-5' and sand seams(CH) 20 52 31 1 ' 5(6)5(6) 19 5 ,/ gray and yellowish brown / 8 40 20 51 31 129 wlsilt and sand seams 6'-10' -1-1/ 5(6)7(6) - - -i 10 w/calcareous nodules 11.5%18' 24 68 43 1 15 /, 33 6(6)7(6) -? slickensided 16.5'-18' 18 38 30 74 45 124I It/ 20 / 3(6)3(6) 21 very soft 20'-21.5' 23.9 _ I 25- I - _ - 30 - 35- • 40 - 45- - 50 = 7 55 __ so - Remarks:1)Dry auger to 13.0 ft.,wet rotary from 13.0 ft.to 20.0 ft.2)Hole caved in at 13.0 ft. ',I The ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,Inc. FIGURE A-22 C:uobs\114021500111140215001_Detenlion Pond_Hatrield GB72to78.CLG 504 DRILLING LOG i of 1 '( County Brazoria Hole GB-75P District Houston 1 WinCore Highway McHard Road Structure Detention Pond-Hatfield Date 1-25-16 J Version 3.1 CSJ 0912-31-290 Station 157+00.00 Grnd.Elev. 46.10 ft Offset 130'RT GW Elev. N/A 7 `--' L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) _ (ecf) CLAY,sandy,soft to stiff,gray 25 w/roots 0'-2' 0 ,—..'":"' and brown w/calcareous and ferrous nodules and ferrous stains(CL) 4 16 22 43 24 128 %passing#200 sieve=73% 5 q(g)5(g) 18 -• / 8 9 18 27 10 127 38.1 ---- J 6(6)4(6) SILT,sandy,loose,brown wlsandy 17 %passing#200 sieve=56% I 10 clay seams and calcareous nodules 35.1 w/silt stone 11.5'-13' C ,silty,reddish brown(CL) 26 33.1 .0.4 w/ferrous stains 13'-1 '-,-- 3 O 6 4(6) CLAY,very soft to very stiff, 28 74 46 15 gray and reddish brown w/calcareous nodules(CH) 36 w/sand seams 18'-20' d 20 3(6)3(6) 20 39 31 56 33 132 p 24.6 _ If _ N 25 — 30 — 35 — 40 — J 45 — 50 — -1 • 55 _ ,A. sO — Remarks:1)Dry auger to 10.0 ft.,wet rotary from 10.0 ft.to 20.0 ft.2)Free water first encountered at 10.0 ft.during drilling;after `' 15 mins.at 6.17 ft. 1 The ground water elevation was not determined during the course of this boring. 1 Driller:Adrian Perales Logger:John A.Gentry Organization;Geotest Engineering, II1c. FIGURE A-23 �; C:Jobs\1140215001 1140215001_Detention Pond_Hatfield_GB72to78.CLG 505 7 Li - 4-. DRILLING LOG 1 of 1 County Brazoria Hole GB-76 District Houston WinCore Highway McHard Road Structure Detention Pond-Hatfield Date 1-25-16 • Version 3.1 CSJ 0912-31-290 Station 159+95.3 Grnd.Elev. 47.10 ft Offset 163.2'RT GW Elev. N/A i _1 L Triaxial Test Properties Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. 7 (psi) (psi) (pcf) 1 CLAY,sandy,soft to stiff,dark 21 w/roots 0'-2' gray(CL) gray and brown 4 19 19 48 28 131 ferrous nodules and ferrouss, % 5(6)5(6) 21 stains 2'-6.5' 5 %passing#200 sieve 174% 40.6 CLAY,silty,soft,gray w/silt 23 36 19 � 10 // 4(6)6(6) 22 stone and calcareous nodules(CL) w/sandy silt 8'-9' q 35.6 CLAY,very soft to stiff,reddish 27 55 29 "� ! brown w/silt seams,calcareous 15 22 32 124 15 _/ 2(6)3(6) nodules and ferrous stains(CH) 30 77 47 20 : 5(6)3(6) 33 25.6 _ 7 _ 1 L_. 25 — ri. - L - 30 — �I - 35 — L} -, 40 - P - L! - 45 — F — 11 50 — L55 — 60— IV Remarks:1)Dry auger to 13.0 ft.,wet rotary from 13.0 ft.to 20.0 ft.2)Free water first encountered at 13.0 ft.during drilling;after 20 mins.at 10.66 ft. pi The ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,irc. p C:Jobs\114021500111140215001 Detention Pond_Hatrield_GB72to78.CLG FIG RE A-24 506 DRILLING LOG 1 of Ja ' County Brazoria Hole GB-77 District Houston 7 WinCore Highway McHard Road Structure Detention Pond-Hatfield Date 1-25-16 - Version 3.1 CSJ 0912-31-290 Station 160+20.0 Grnd.Elev. 47.10 ft Offset 550'RT GW Elev. N/A 1 L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional RenJrks (ft) G Penetrometer Press. Stress MC LL PI Den. - (psi) (psi) (MDCLAY,sandy,dark gray and gray 21 w/roots 0'-4' - 45.1 [., CLAY,stiff,gray and yellowish 4 26 20 50 28 130 5 6 7 6 brown w/caicareous nodules,ferrous 22 %passing#200 sieve L 83% 42.1 5 O O stains-and-sand-seams(CH) w/sand 4'-5' CLAY,silty,soft,gray and brown w/silt and sand seams(CL) 25 49 31 39.1 - CLAY,soft to stiff,reddish brown 27 - O' � 5(6)9(6) 10 - w/calcareous nodules and ferrous stains(CH) slickensided 11.5'13' 13 19 32 69 40 125 15 y 8(6)9(6) 34 Li 18 25 31 82 56 120 w/ferrous nodules 18'40' 34 - 20 7(6)10(6) 25.6 _ r.i 25- 30 - P1 _ I _ 35 - rT _ • r _ 40- ] - 45 - 7 ...t _ 50 I - I1,I 55 - L1. - 1 AO — Remarks:1)Dry auger to 16.0 ft.,wet rotary from 16.0 ft.to 20.0 ft.2)Free water first encountered at 16.0 ft.during drilling;after 20 mins.at 14.42 ft. The ground water elevation was not determined during the course of this boring. Driller:Adrian Perales Logger:John A.Gentry Organization:Geotest Engineering,Inc. D' FIGURE A-25 C:\Jobs\1140215001\1140215007Detention Pond_Hatfield_GB72to78.CLG 507 LI --. DRILLING LOG 1 of 1 �'Ze tm County Brazoria Hole GB-78 District Houston WinCore Highway McHard Road Structure Detention Pond-Hatfield Date 1-25-16 Version 3.1 CSJ 0912-31-290 Station 158+80.0 Grnd.Elev. 46.80 ft Offset 400'RT GW Elev. N/A 1 L Triaxial Test Properties 0Texas Cone Lateral Deviator Wet[ft) G Penetrometer Strata Description Additional Remaks (ft) G Press. Stress MC LL PI Den. (psi) (psi) (pcf) CLAY,sandy,soft to medium stiff, , 22 w/grass roots 0'-4' gray and dark gray w/ferrous nodules w/calcareous nodules and (CL) 4 13 22 49 29 126 ferrous stains 2'-5' 5 4(6)6(6) 19 w/sand seams 4'-5' 17 29 14 77 20 w/silt seam 9'-13' 37.8 / 6(6)6(6) 10 CLAY,soft to stiff,gray and brown w/ferrous nodules and ferrous stains(CH) 13 23 33 74 47 122 reddish brown 13'-15' 31.8 15 4(6)8(6) 32 CLAY,sandy,soft,brown and gray —/� w/ferrous nodules and ferrous 19 29 12 stains(CL) 17 20 5(6)5(6) 25.3 — " 25— 30 35 — Li 40 — , f 45 50 - - "1 55 sn — Remarks:1)Dry auger to 10.0 ft.,wet rotary from 10.0 ft.to 20.0 ft.2)Free water first encountered at 10.0 ft.during drilling;after 20 mins.at 7.83 ft. The ground water elevation was not determined during the course of this boring. Driller:Adrian Peraies Logger:John A.Gentry Organization:Geotest Engineering,In,c. C:Uabs 1140215001 1140215001_DetentionPond_Hatfield_GB72to78.CLG FIGURE A-26 508 L' DRILLING LOG 1 of 1 a` County Brazoria Hole GB-79 District Houston if WinCore Highway McHard Road Structure Detention Pond-Clear Creek Date 04-01-16 "` Version 3.1 CSJ 0912-31-290 Station 18+78.95 Grnd.Elev. 50.50 ft 7Offset 431.15'LT GW Elev. N/A j L , Triaxial Test Properties Texas Cone Lateral Deviator Wet Elev.00 Strata Description Additional Rema ks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) 40 CLAY,stiff,dark gray w/sand seams(CH) 16 w/roots 0'-4' 24 64 41 %passing#200 sieve=82% �n 45.5 5 / 3(6)7(6) 5 20 23 131 _, 0 CLAY,sandy,soft to very stiff, / 9(6)11 (6) L gray and yellowish gray w/calcareous 13 and ferrous nodules and ferrous stains(CL) 10 30 15 34 19 140 %passing#200 sieve=83% l 10 w/sand seams 11.5'43L 37.5 dill 24 w/sandy clay seams 11.5'-15' 15 i III 7(6)7(6) SILT,loose,brown w/sand(ML) 19 %passing#200 sieve=82% 34. , . CLAY,stiff,reddish brown w/silt 22 7 seams and calcareous nodules(CH) % 98% / 6(6)9(6) 20 26 27 70 43 122 passing#200 sieve= Li 20 / soft 20'-21.5' 23 } 22 53 33 %passing#200 sieve=86% 25 016(6)19(6) / 25 yellowish gray and brown 26.5'-30' /Li 23 30 0 9(6)15(6) 19. Li 35 7 j 40 17 45 is L,' 7 50 r r 7 55 17 60 L? Remarks:1)Dry auger to 15.0 ft.,wet rotary from 15.0 ft.to 30.0 ft.2)Free water first encountered at 15.0 ft.during drilling;after 20 mins.8.66 ft. 7 The ground water elevation was not determined during the course of this boring. Li Driller:Bo-Van&Sons Logger:Shapoor Golshan Organization:Geotest Engineering,Ir.0 _ FIGURE A-27 C:uobs1114021500111140215001 Detenllon Pond_Clear Creek_GB79to84.CLG 509 DRILLING LOG 1 of 1 Re County Brazoria Hole GB-80 District Houston -7 WinCore Highway McHard Road Structure Detention Pond-Clear Creek Date 03-31-16 Version 3.1 CSJ 0912-31-290 Station 20+48.39 Grnd.Elev. 50.00 ft Offset 671.36'LT GW Elev. N/A 7 _.i L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remafks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) CLAY,sandy,dark gray(CL) 18 w/grass roots 0'-2' 48. ..---. -/' CLAY,very stiff,dark gray and 4 30 19 52 35 131 %passing#200 sieve=77% 7 46. 5 6(6)7(6) CLAY,sand , soft,gray and brown 19 L G w/calcareous nodules,ferrous w/ferrous nodules 6.5'-10' 1, stains and sand seams(CL) 19 7(6)7(6) 20 44 28 %passing#200 sieve=76% 10 very sandy clay 11.5'-12.5' 37.5 _ 13 9 21 131 7 - SILT,sandy,slightly compact, 23 �, 15 - 12(6)14(6) brown(ML) - 22 %passing#200 sieve=56% 7 _ 30. 20 7(6)5(6) CLAY,silty,soft to stiff,yellowish w/silt seams 21.5'-23' brown w/sand seams and ferrous _22 stains(CL) 25 11 23 28 12 127 %passing#200 sieve=88% _i 25-� 14(6)11 (6) 123.5 1 CLAY,soft,reddish brown w/calcareous 0 38 29 68 43 122__ nodules(CH) 31 7(6)12(6) 30 =, 18.5 35- - 40 - 45- ,� 50 - 7 1 7 55- - 60 - L Li Remarks:1)Dry auger to 15.0 ft.,wet rotary from 15.0 ft.to 30.0 ft.2)Free water first encountered at 15.0 ft.during drilling;after pip 20 mins.8.25 ft. I / The ground water elevation was not determined during the course of this boring. II Driller:Rusty-Van&Sons Logger:Shapoor Golshan Organization:Geotest Engineering,Inc. C:.J 11 obs11140215001140215001_Detention Pond_Clear Creek GB79to84.CLG FIGURE A-28 510 -4- DRILLING LOG 1 of 1 e`"'a.m County Brazoria Hole GB-$1P District Houston /# WinCore Highway McHard Road Structure Detention Pond-Clear Creek Date 03-31-16 Version 3.1 CSJ 0912-31-290 Station 18+98.38 Grnd.Elev. 50.00 ft Offset 838.88'LT GW Elev. N/A 7 _� L Triaxial Test Properties Texas Cone Lateral Deviator Wet Elev. 0 Strata Description Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. (psi) (psi) (pcf) CLAY,sandy,dark gray w/roots 19_ 48. /- (Cl) -, CLAY,soft to stiff,gray and 4 26 22 70 45 127 %passing#200 sieve 79% 7 4(6)5(6) dark gray w/sand seams and ferrous 22 gray and yellowish gray 4 10' I 5 ✓ nodules(CH) w/sand stone 6.5'-9' 43 -✓ _ w/ferrous stains 6.5'-10' . CLAY,sandy,stiff,brown and 7 gray w/calcareous nodules(CL) 0 25 21 39 20 127 %passing#200 sieve L 85% `I 40. 10 9(6)9(6) w/silt seams 8'-10' CLAY,silty,soft,brown and reddish brown w/sand and silt seams(CL) 24 r37. -- ' --- - — - w/calcareous nodules 13'-15' ^✓ 14(6)16(6) CLAY,stiff,reddish brown and 34 73 47 15 - gray(CH) 33.5 CLAY,silty,stiff,reddish brown 22 37 19 %passing#2 nodules 197%' 7 (CL) 0 15 23 131 L, 20 12 28.5 27 f __.✓ CLAY,stiff,reddish brown w/caicareou nodules and silt seams(CH) 32 60 35 %passing#200 sieve=98% � 25 -✓ 10(6)16(6) -/ 20 P 11(6)17(6) 26 30 f -,7 18.5 _ 35 - 40- - I _ 45- f - Li _ 50 — 1,7 55 - i . - 4 Rn - U Remarks:1)Dry auger to 16.0 ft.,wet rotary from 16.0 ft.to 30.0 ft.2)Free water first encountered at 16.0 ft.during drilling;after 20 mins.9.17 ft. t The ground water elevation was not determined during the course of this boring. L. Driller:Bo-Van&Sons Logger:Shapoor Golshan Organization:Geotest Engineering,Ir?c. C:1Jobs1114021500111140215001_Detention Pond Clear Creek GB791o84.CLG FIGURE A-29 - 511 LI DRILLING LOG 1 of 1 �" County Brazoria Hole GB-82 District Houston i WinCore Highway McHard Road Structure Detention Pond-Clear Creek Date 03-30-16 L Version 3.1 CSJ 0912-31-290 Station 20+17.84 Grnd.Elev. 50.00 ft Offset 1043.34'LT GW Elev. N/A 7 "i L Texas Cone Triaxial Test Properties Elev. 0 Strata Description Lateral Deviator Wet Additional Remarks (ft) G Penetrometer Press. Stress MC LL PI Den. 7 (psi) (Psi) (pcf) CLAY,sandy,soft to very stiff, 20 w/roots 0'-2' 1 gray w/ferrous nodules and ferrous w/calcareous nodules 0'-4.5' 1 stains(CL) 4 43 12 38 24 137 %passing#200 sieve=76% I 5 _ 3(6)4(6) 18 gray and yellowish gray 2'-13' very soft 5'-6.5' —' 29 w/silt seams 6.5'-13' 7 10 - 6(6)6(6) 0 15 22 29 12 131 %passing#200 sieve=74% 22 ,1 37. �` SAND,silty,loose,brown(SM)15 ,`.. 4(6)5(6) 24 %passing#200 sieve=23% _ — 25 1 =' 7(6)6(6) 28.5 J 24 w/silty clay 22'-23' ° 27. —I SILT,brown w/sand seams(ML) • �✓ 12 6 11 6 CLAY,stiff to very stiff,reddish 0 35 27 65 42 132 %passing#200 sieve=99% = 25 O O brown(CH) slickensided,w/calcar lous nodules 26.5'-28' 30 w/silt seams 28'-30' 24 — 30 / 11 (6)14(6) 118.5 — 35 - - 40 45 — i ,T 50 — 7 55 — .1 = P 60— Remarks:1)Dry auger to 17.0 ft.,wet rotary from 17.0 ft.to 30.0 ft.2)Free water first encountered at 17.0 ft.during drilling;after 20 mins.9.0 ft. 1 The ground water elevation was not determined during the course of this boring. Driller:Rusty-Van&Sons Logger:Shapoor Golshan Organization:Geotest Engineering,Inc. C:Wobs1114021500111140215001_Detention Pond_Clear Creek_GB791o84.CLG FIG I RE A-30 512 - Texas Cone Penetrometer DRILLING LOG 1 oft Additional Remarks Lateral Deviator Press. Stress (psi)(psi) Wet MC LL PI Den. c CLAY, sandy, dark gray and brown County Brazoria Hole GB -83 District Houston 'WinCore Highway McHard Road Structure Detention Pond -Clear Creek Date 03-31-16 Version 3.1 CSJ 0912-31-290 Station 18+77.42 Grnd. Elev. 48.50 ft Offset 1166.58' LT GW Elev. N/A r 1 f. L Elev. O (ft) G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi)(psi) Wet MC LL PI Den. c CLAY, sandy, dark gray and brown 18 w/tree roots 0'-2' 46.5 43.5 5 46 56 CLAY, very hard, dark gray w/sand seams (CH)yellowish 4 112 14 51 32 128 % passing #200 sieve = 74% llo its 4gray w/calcareous no CLAY, sandy, medium stiff, brown and gray w/ferrous nodules and 20 ferrous stains (CL) passing #200 sieve = 64% 38.5 10 3646 SAND, silty, loose, brown w/sandy clay lumps (SM) 22 % passing #200 sieve = 36% 15 :6676 32. 19 CLAY, silty, medium stiff, brown w/sand seams (CL -ML) % passing #200 sieve = 85% 28.5 20 10 6 10 6 CLAY, stiff, reddish brown w/calcareou nodules and silt seams (CH) 0 31 28 61 36 125 -1-110 Y5 22. 20.5 30 12 6 15 6 26 gray and brown w/sand seams calcareous nodules 26.5'-28' yellowish brown & gray 27'-30' % passing #200 sieve = 88% 0 15 22 44 98 125 14(6)16(6) CLAY, silty, stiff (CL) 23 50 30 CLAY, stiff, gray and brown w1calcareoi nodules (CH) -000,01 17. 35- 5404550 40- 45- 50 55 Remarks: 1) Dry auger to 30.0 ft. The ground water elevation was not determined during the course of this boring. Driller: Rusty "Van & Sons Logger: Shapoor Golshan Organization: Geotest Engineering, Inc. C:Uobs1114021500111140215001_DelentionPond—Clear Creek GB79toB4.CLG FIGURE A-31 513 Elev. (ft) L O G DRILLING LOG loft Properties Additional Remarks Lateral Deviator Press. Stress (psi) (psi) Wet MC LL PI Den. c 47.5 - 45.5 5 39.5 10 15 20 25 30 18. 35 40 45 50 55 1000 County Brazoria Hole GB -84 District Houston IWinCore Highway McHard Road Structure Detention Pond -Clear Creek Date 03-30-16 Version 3.1 CSJ 0912-31-290 Station 19+46.93 Grnd. Elev. 49.50 ft 10 34 13 23 9 134 Offset 1366.82' LT GW Elev. N/A Elev. (ft) L O G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi) (psi) Wet MC LL PI Den. c 47.5 - 45.5 5 39.5 10 15 20 25 30 18. 35 40 45 50 55 1000 6 6 12(6) CLAY, sandy, dark gray (CL) 22 w/tree roots 0'-2' w/calcareous nodules 2'-5' % passing #200 sieve = 67% % passing #200 sieve = 57% soft 5'-6.5' % passing #200 sieve = 53% w/sandy clay 11.5'-13' passing #200 sieve = 12% 24 52 32 CLAY, gray and brown w/sand (CH) 45 14 43 26 140 CLAY, sandy, very stiff, gray5 and brown w/ferrous nodules and ferrous stains (CL) 14 14 6 12 6 10 34 13 23 9 134 ..'' ;': 7(6)9 (6) SAND, silty, loose to compact, gray and brown (SM) 20 21 6266 21 36 6 32 6 20 18 6 19 6 Remarks: 1) Dry auger to 17.0 ft., wet rotary from 17.0 ft. to 30.0 ft. 2) Free water first encountered at 17.0 ft. during drilling; after 20 mins. 11.0 ft. The ground water elevation was not determined during the course of this boring. Driller: Rusty - Van & Sons Logger: Shapoor Golshan Organization: Geotest Engineering, Inc. C:\Jobs\1140215001\1140215001_DetentionPond Clear Creek GB79to84.CLG FIGURE A-32 514 Elev. (ft) L O G DRILLING LOG Triaxial Test 1 oft Additional Remarks Lateral Deviator Press. Stress (psi)si Wet MC LL PI Den. c PAVEMENT County Brazoria Hole C-1 District Houston 'WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 5-2-16 Version 3.1 CSJ 0912-31-290 Station nodules (CH) Grnd. Elev. 100.00 ft passing #200 sieve = 67% Offset 97. - GW Elev. N/A Elev. (ft) L O G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi)si Wet MC LL PI Den. c PAVEMENT 99 4" Asphalt over 8" Base CLAY, stiff, gray w/calcareous 000 nodules (CH) passing #200 sieve = 67% 97. - 00, 1000 5 10 15 Remarks: The ground water elevation was not determined during the course of this boring. ' Driller: Jorge Hernandez Logger: Felipe Gamez Organization: Geotest Engineering, Inc. C:Uobs1114O215OOlXll4o2150Q1 Roadway_Slorm Sewer C1loC5.Cl.G FIGURE A-33 515 Elev. (ft) L O G DRILLING LOG Triaxial Test 101`1 Ste" Lateral Deviator Press. Stress (psi)(psi)c Wet MC LL PI Den. PAVEMENT County Brazoria Hole C-2' District Houston WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 5-2-16 Version 3.1 CSJ 0912-31-290 Station Grnd. Elev. 100.00 ft over 6" Shell and Sand Offset GW Elev. N/A Elev. (ft) L O G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi)(psi)c Wet MC LL PI Den. PAVEMENT 98.9 3.5" Asphalt over 3.5" Base CLAY, stiff, gray (CH) over 6" Shell and Sand passing #200 sieve = 70% 97. 5 10 15 Remarks: The ground water elevation was not determined during the course of this boring. Driller: Jorge Hernandez Logger: Felipe Gamez Organization: Geotest Engineering, Inc. FIGURE A-34 C:\Jobs\1140215001\1140215001_Roadway_Slorm Sewer_C1foC5.CLG 516 DRILLING LOG Hole C-3 Structure Roadway/Storm Sewer Station Offset District Houston Date 5-2-16 lis 100.00 ft GW Elev. N/A County Brazoria 'WinCore Highway McHard Road PAVEMENT Version 3.1 CSJ 0912-31-290 DRILLING LOG Hole C-3 Structure Roadway/Storm Sewer Station Offset District Houston Date 5-2-16 Grnd. Elev. 100.00 ft GW Elev. N/A 1 of 1 Elev. ift) L O G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi)(psi) Wet MC LL PI Den. c PAVEMENT 99.3 16 34 17 2.75" Asphalt over 8" Base % passing #200 sieve = 71% FILL, clay, sandy, hard, gray w/calcareous and ferrous nodules 98. 0000 19 42 25 % passing #200 sieve = 74% CLAY, very stiff, gray and yellow w/calcareous and ferrous nodules 97. 5 10 15 Remarks: The ground water elevation was not determined during the course of this boring. ' Driller: Jorge Hernandez Logger: Felipe Gamez Organization: Geotest Engineering, Inc. FIGURE A-35 C:\Jobsk114O2l5OOl\ll4D2l5OOl_Roadway_Storm Sewer_C1toC&UG 517 1'je DRILLING LOG Strata Description 1ofl Properties Additional Remarks Lateral Deviator Press. Stress (psi)(psi) Wet MC LL PI Den. c County Brazoria Hole C-4 District Houston 'WinCore Highway McHard Road Structure Roadway/Storm Sewer Date 5-2-16 Version 3.1 CSJ 0912-31-290 Station 5" Asphalt over 3.5" Base % passing #200 sieve = 78% Grnd. Elev. 100.00 ft Offset GW Elev. NIA 1 1 1 1 1 Elev. (ff) L O G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi)(psi) Wet MC LL PI Den. c PAVEMENT 99.3 19 48 27 5" Asphalt over 3.5" Base % passing #200 sieve = 78% CLAY, stiff, gray w/ferrous nodules (CH) 74 55 37 % passing #200 sieve = 84% 97. 0010 5 10 15 Remarks: The ground water elevation was not determined during the course of this boring. Driller: Jorge Hernandez Logger: Felipe Gamez Organization: Geotest Engineering, Inc. FIGURE A-36 C:\Jobs\1140215001\1140215001_Roadway_Storm Sewer C1toMUG 518 �i 1 ; County Brazoria WlnCore Highway McHard Road Version 3.1 CSJ 0912-31-290 DRILLING LOG Hole C-5 Structure Roadway/Storm Sewer Station Offset District Houston Date 5-2-16 Grnd. Elev. 100.00 ft GW Elev. N/A 1 of 1 Elev. (ft) L O G Texas Cone Penetrometer Strata Description Triaxial Test Properties Additional Remarks Lateral Deviator Press. Stress (psi)(psi) Wet MC LL PI Den. c PAVEMENT 99.3 22 48 32 5" Asphalt over 3.5" Base % passing #200 sieve = 79% CLAY, silty, medium stiff, gray w/calcareous and ferrous nodules (CL) 98. s1110 21 50 33 %passing #200 sieve = 82% CLAY, stiff, gray and yellow w/calcareo and ferrous nodules (CH) 97. 5 10 15 Remarks: The ground water elevation was not determined during the course of this boring. ' Driller: Jorge Hernandez Logger: Felipe Gamez Organization: Geotest Engineering, Inc. FIGURE R-37 C:Wobs1114021500111140215001_Roadway_Slorm Sewer_C 1 toC5. CLG 519 1 t oo u7 N SYMBOLS AND TERMS USED ON BORING LOGS SOIL TYPES (SHOWN IN LOG COLUMN) �c p Fill or Gravel Sand Silt Clay, silty Clay Muck Debris Clay, sandy Organics Peat_ TERMS DESCRIBING CONSISTENCY OR CONDITION COHESIONLESS SOILS : includes (1) clean gravels and sands, (2) silty or clayey gravels and sands, (3) inorganic and organic silts, and (4) sandy or clayey silt. TCP Blow/0.3 m (12 in.) Density Less than 8 Very loose 8 to 20 Loose 20 to 40 Slightly compact 40 to 80 Compact 80 to 5"/100 Dense 5/100 to 0"/100 Very dense COHESIVE SOILS : Includes (1) inorganic and organic clays, (2) gravelly, sandy, or silty clays. i UC Kglcm?(tsf) Consistency TCP Blow/0.3 m (12in) Consistency Less than 0.25 Very soft 0 to 8 Very soft 0.25 to 0.5 Soft 8 to 20 Soft 0.5 to 1.0 Medium stiff 20 to 40 Stiff 1.0 to 2.0 Stiff 40 to 80 Very stiff 2.0 to 4.0 Very stiff 80 to 5/100 Hard Greater than 4.0 Hard 5"/100 to 0"/100 Very hard Note: Slickens{ded and fissured clays may have lower unconfined compressive strengths, because of planes of weakness or cracks in the soil. TERMS CHARACTERIZING SOIL STRUCTURE ' Parting: -paper thin in size Seam: to 3" thick Layer: -greater than 3" -1/8" ' Slickensided - having inclined planes of weakness that are slick and glossy in appearance Fissured - containing shrinkage cracks, frequently filled with fine sand or silt; usually more less vertical. Laminated - composed of thin layers varying color and texture: Interbedded - composed of alternate layers of different soil types. Calcareous - containing appreciable quantities of calcium carbonate. Well graded - having wide range in grain sizes and substantial amounts of all intermediate particle sizes. Poorly graded - predominantly of one grain size, or having a range of sizes with some Intermediate sizes missing. Flocculated - pertaining to cohesive soils that exhibit a loose knit or flakey structure. ' Geotest Engineering, Inc. FIGURE A-38 520 PIEZOMETER INSTALLATION REPORT PROJECT NAME: CITY OF PEARLAND MCHARD ROAD DRILLED BY: EXTENSION DETENTION POND-O'DAY PIEZOMETER NUMBER: GB -70P GEOTECHNICAL CONSULTANT DESIGN CONSULTANT 01-27-16 GEOTEST ENGINEERING, INC. FREESE & NICHOLS CITY OF PEARLAND, TEXAS COMPLETION DATE 01-27-16 DRILLED BY: STARTED: STATION NO: 123+02.4 1. DIMENSIONS NOMINAL UNLESS AP 01-27-16 OFFSET: 134.7' RT DEPTH LOGGED BY: COMPLETED: 2. TOG = TOP OF GROUND JG DRY AUGERED 0 TO 8.0 F-1 GROUND LEVEL (MSL): 47.20 (FT) CHECKED BY: APPROVED BY: WASH BORED 8.0 TO 16.5 FT MB SHEET 1 OF 1 DRILLING FLUID: WATER 3 F( 0 47.20 vom TYPE OF BACKFILL DEVELOPMENT DATE: 01-27-16 METHOD OF DEVELOPMENT: CEMENT -BENTONITE BAILING I Ff RISER TYPE PVC CASING I.D. 2" WATER LEVEL READINGS: TYPE of COUPLING DATE DEPTH TOG) ELEVATION THREADED 1 46.20 01-28-16 1.6 45.6 2 FT TYPE OF SEAL 3 44.2 BENTONITE 3.3 43.9 5 42.20 2 � �� �• TYPE OF FILTER '•'Y FILTER SAND 10 r SCREEN TYPE SLOT I.D. ` SLOT SIZE 0.01 15 32.20 T 15 32.20 0 FT TYPE OF BOTTOM CAP THREADED PVC 5.0" IF— (NOT TO SCALE) REMARKS: NOTES: DRILLED BY: STARTED: STATION NO: 123+02.4 1. DIMENSIONS NOMINAL UNLESS AP 01-27-16 OFFSET: 134.7' RT OTHERWISE NOTED LOGGED BY: COMPLETED: 2. TOG = TOP OF GROUND JG 01-27-16 GROUND LEVEL (MSL): 47.20 CHECKED BY: APPROVED BY: NK MB SHEET 1 OF 1 PLInmLlOm EIRTOTArssDTATP TATP vuvau�a ua�vaa�asasa�aa�v� aa��.. C:\CADFILES\JOBS\1140215001\1140215001 GB-70P.DWG FIGURE A-39 521 -0 0 10 rC14 0 z 1 1 PIEZOMETER INSTALLATION REPORT PROJECT NAME: CITY OF PEARLAND MCHARD ROAD DRILLED BY: EXTENSION DETENTION POND -0 DAY PIEZOMETER NUMBER: GB -75P GEOTECHNICAL CONSULTANT I DESIGN CONSULTANT 01-25-16 GEOTEST ENGINEERING, INC. FREESE & NICHOLS CITY OF PEARLAND, TEXAS COMPLETION DATE 01-25-16 DRILLED BY: STARTED: STATION NO.: 157+00.00 1. DIMENSIONS NOMINAL UNLESS AP 01-25-16 OFFSET: 130' RT DEPTH ELEV. COMPLETED: 2. TOG = TOP OF GROUND JG DRY AUGERED 0 TO 10.0 F• (FT) (FT) CHECKED BY: APPROVED BY: WASH BORED 10.0 TO 21.5 FT MB SHEET 1 OF 1 DRILLING FLUID: WATER 3 FT 0 46.10 E-WPE OF BACKFILL DEVELOPMENT DATE: 01-25-16 METHOD OF DEVELOPMENT: CEMENT—BENTONITE BAILING 1 FT RISER TYPE PVC CASING I.D. 2' WATER LEVEL READINGS: TYPE OF COUPLING DATE DEPTH TOG) ELEVATION THREADED 1 45.10 01-26-16 2.5 43.6 2 Fr TYPE OF SEAL 3 43.10 BENTONITE 02-26-16 2.8 43.3 2 FT 5 41.10 •,a TYPE OF FILTER �.=' '• FILTER SAND r^ SCREEN 10 FT,. `''' TYPE SLOT 15 31.10 •' I.D. 2" SLOT SIZE 0.01 ' 20 26.10 5 TT • ,;, TYPE OF BOTTOM CAP 20 26.10 0FT •''' '" `� THREADED PVC 5.0 - (NOT TO SCALE) REMARKS: NOTES: DRILLED BY: STARTED: STATION NO.: 157+00.00 1. DIMENSIONS NOMINAL UNLESS AP 01-25-16 OFFSET: 130' RT OTHERWISE NOTED LOGGED BY: COMPLETED: 2. TOG = TOP OF GROUND JG 01-25-16 GROUND LEVEL (MSL): 46.10 CHECKED BY: APPROVED BY: NK MB SHEET 1 OF 1 rVflfP \QT WA1rTArVWDTArr TArr VLV1L�.!{ L11 V11\LLJl 11\V, tl\V. C:\CADFILES\JOBS\1140215001\1140215001 GB-75P.DWG FIGURE A-40 522 0 0 r" 0 z 0 i PIEZOMETER INSTALLATION REPORT PROJECT NAME:CITY OF PEARLAND MCHARD ROAD DRILLED BY: EXTENSION DETENTION POND -0 DAY PIEZOMETER NUMBER: GB -81P GEOTECHNICAL CONSULTANT DESIGN CONSULTANT I 03-31-16 GEOTEST ENGINEERING, INC. FREESE & NICHOLS CITY OF PEARLAND, TEXAS COMPLETION DATE 03-31-16 DRILLED BY: STARTED: STATION NO.: 18+98.38 1. DIMENSIONS NOMINAL UNLESS BO 03-31-16 OFFSET: 838.88' LT DEPTH ELEV. COMPLETED: 2. TOG = TOP OF GROUND SG DRY AUGERED 0 TO 16.0 FT (FT) (FT) CHECKED BY: APPROVED BY: WASH BORED 16.0 TO 31.5 FT MB SHEET 1 OF 1 DRILLING FLUID: WATER 2'4' FT 0 50.00 xom E—TYPE OF BACKFILL DEVELOPMENT DATE: 03-31-16 METHOD OF DEVELOPMENT: CEMENT—BENTONrrE BAILING 0 FT RISER TYPE PVC CASING I.D. 2" WATER LEVEL READINGS: TYPE of COUPLING DATE DEPTH (TOG) ELEVATION THREADED 0 50.00 04-01-16 7.0 43.0 3 Fr —TYPE OF SEAL 3 47.00 BENTONITE 05-02-16 5.0 45.0 7 FT�, 10 40.00 TYPE OF FILTER arc '•'� FILTER SAND r`^ SCREEN TYPE SLOT 20 30.00 10 FT I.D. 2- 30 20.00 10 FrSLOT SIZE 0.01 ' TYPE OF BOTTOM CAP 30 20.00 0 IT THREADED PVC 5.0" I�— (NOT TO SCALE) REMARKS: NOTES: DRILLED BY: STARTED: STATION NO.: 18+98.38 1. DIMENSIONS NOMINAL UNLESS BO 03-31-16 OFFSET: 838.88' LT OTHERWISE NOTED LOGGED BY: COMPLETED: 2. TOG = TOP OF GROUND SG 03-31-16 GROUND LEVEL (MSL): 50.00 CHECKED BY: APPROVED BY: NK MB SHEET 1 OF 1 nnmmT.lc+m rlarnrarsvnrarn yarn YJJV1LUl JJl�VL11 LJL111V� 11 C:\CADFILES\JOBS\1140215001\1140215001 GS-81P.DWG FIGURE A-41 523 t 1 APPENDIX B Figure Summary of Laboratory Test Results.................................................................... B-1 thru B-32 Grain Size Distribution Curves.............................................................................. B-33 thru B-36 California Bearing Ratio (CBR) of Laboratory — Compacted Soils ...................... B -37a thru B -37f Dry Density versus Laboratory CBR..................................................................... B -38a and B -38b Consolidated Undrained Triaxial Compression Test Results ................................ B-39 thru B-42 Permeability Test Results...................................................................................... B-43 thru B-45 Pinhole Test Results.............................................................................................. B-46 524 SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Traffic Signals Modification PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (i) DRY DENSITY (Pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE M UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (isf) Conf. Press. (tsf) Shear Stren th (tr.8 Shear Strength (tsf) No. Top Bottom Type GB -49 1 0.0 2.0 UD 26 1 0.55 0.50 Fill 2 2.0 4.0 UD 34 89 85 31 54 0.40 0.29 0.60 0.50 Clay 3 4.0 5.0 UD 35 0.60 0.50 Clay 4 6.5 8.0 UD 35 89 78 29 49 0.40 0.58 0.70 0.63 Clay 5 8.0 10.0 UD 28 1.00 1.00 Clay 6 11.5 13.0 UD 20 111 41 16 25 0.90 1.25 1.13 Cloy. Silty 7 13.0 15.0 UD 18 1.50 1.50 Clay. Silty 8 16.5 18.0 UD 21 110 30 16 14 0.36 1.30 0.50 0.50 Clay, Silty 9 18.0 20.0 UD 24 1.50 1.25 Clay, Silty 10 21.5 23.0 UD 19 112 47 21 26 1.84 2.00 2.00 Clay, Silty 11 23.0 25.0 UD 19 2.38 2.25 Clay, Silty 12 26.5 28.0 UD 19 112 50 21 29 1.76 2.50 2.00 Clay 13 28.0 30.0 UD 21 1.63 1.63 Cloy 14 31.5 33.0 UD 19 112 33 18 15 0.65 0.75 1.00 Clay, Silty 15 33.0 35.0 UD 25 2.38 2.13 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 0 c M I N SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearlond McHord Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (7.) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL No. De p�th (ft.) Type PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) Top Bottom GB -50 1 0.0 2.0 UD 22 Fill 2 2.0 3.0 UD 29 0.50 0.38 Cloy 3 3.0 5.0 UD 29 91 72 27 45 0.43 0.36 0.70 0.75 Clay 4 6.5 8.0 UD 32 0.70 0.63 Clay 5 8.0 10.0 UD 33 90 75 28 47 0.43 0.72 0.70 0.63 Clay 6 11.5 13.0 UD 19 40 18 22 0.50 0.88 Clay, Silty 7 13.0 15.0 UD 18 114 29 15 14 0.86 1.08 0.45 0.75 Clay, Silty 8 16.5 18.0 UD 28 101 49 21 28 0.90 1.50 1.50 Cloy, Silty 9 18.0 20.0 UD 23 1.00 1.50 Cloy 10 21.5 23.0 UD 24 1.25 1.25 Clay 11 23.0 25.0 UD 23 103 58 24 34 1.01 1.38 1.25 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index M C M 00 I W N N V SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE W UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De ppth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (t.8 Shear Strength (tsf) No. Top Bottom Type GB -51 1 0.0 1.0 UD 30 0.50 0.38 Clay 2 1.0 3.0 UD 28 95 60 23 37 0.32 0.22 0.45 0.50 Clay 3 3.0 5.0 UD 33 0.50 0.38 Cloy 4 6.5 8.0 UD 29 95 67 20 47 0.58 0.58 0.70 0.63 Clay 5 8.0 10.0 UD 30 0.55 0.50 Cloy 6 11.5 13.0 UD 24 0.75 0.75 Cloy 7 13.0 15.0 UD 34 94 65 25 40 0.40 1.08 0.35 0.38 Clay 8 16.5 18.0 UD 27 0.60 0.75 Clay 9 18.0 20.0 UD 24 106 54 21 33 1.19 1.50 1.50 Cloy 10 21.5 23.0 UD 22 1.50 0.75 Clay 11 23.0 25.0 UD 21 110 56 23 33 1.69 1.63 1.50 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index M W I SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT N DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE M UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Deppth (ft.) PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf) Shear Strength (tsf) No. Top Bottom Type GB -52 1 0.0 1.0 UD 19 Fill 2 1.0 3.0 UD 21 102 43 16 27 0.65 0.22 0.50 0.63 Clay, Silty 3 3.0 5.0 UD 27 60 23 37 0.80 0.75 Clay 4 6.5 8.0 UD 24 0.88 1.00 Clay 5 8.0 10.0 UD 19 113 42 17 25 0.94 0.72 1.00 0.75 Clay, Silty 6 11.5 13.0 SS 3 27 71 Silt 7 13.0 15.0 UD 22 37 20 17 0.50 0.75 Clay, Silty 8 16.5 18.0 UD 32 1.13 1.13 Clay 9 18.0 20.0 UD 30 95 62 24 38 1.12 1.44 1.38 1.25 Clay 10 21.5 23.0 UD 24 1.00 1.25 Cloy 11 23.0 25.0 UD 23 103 51 22 29 1.01 1.63 1.75 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index M -rt 0 C m SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (�) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf) Shear Strength (tsf) No. Top Bottom Type GB -53 1 0.0 2.0 UD 13 0.75 Fill 2 2.0 4.0 UD 21 107 45 19 26 0.76 0.29 0.75 0.63 Clay, Sandy 3 4.0 1 5.0 UD 17 0.35 0.63 Clay, Sandy 4 6.5 8.0 UD 18 1.00 1.50 Cloy, Sandy 5 8.0 10.0 UD 18 114 36 16 20 1.01 1.00 1.25 Cloy, Sandy 6 11.5 13.0 UD 25 1.13 1.00 Clay, Sandy 7 13.0 15.0 UD 32 95 37 19 18 0.25 1.08 0.70 0.75 Cloy, Sandy 8 16.5 18.0 UD 24 1.63 1.50 Cloy 9 18.0 20.0 UD 27 100 64 24 40 1.08 1.50 1.75 Cloy 10 21.5 23.0 UD 23 104 29 20 9 0.43 1.66 0.25 0.50 Cloy, Silty 11 23.0 25.0 UD 28 2.00 2.00 Clay 12 26.5 28.0 UD 19 110 47 16 31 1.94 2.13 2.25 Cloy, Sandy 13 28.0 30.0 UD 22 2.13 2.25 Cloy 14 31.5 33.0 UD 26 99 60 22 38 1.15 2.00 2.25 Cloy 15 33.0 35.0 UD 27 2.00 2.25 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index M N W O w � � w � M � � M � � � M M M � � M SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT N DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (i) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De ppth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf� Shear Strength (tsf) No. Top Bottom Type GB -54 1 0.0 2.0 UD 26 0.20 0.13 Cloy, Sandy 2 2.0 4.0 UD 21 102 42 19 23 0.50 0.29 0.80 0.88 Cloy, Sandy 3 4.0 5.0 UD 21 1.00 1.00 Clay, Sandy 4 6.5 8.0 UD 19 110 43 19 24 1.08 1.50 1.38 Cloy, Sandy 5 8.0 10.0 UD 19 1.00 1.00 Cloy, Sandy 6 11.5 13.0 UD 24 0.20 0.25 Cloy, Silty 7 13.0 15.0 UD 27 102 30 19 11 0.11 1.08 0.20 0.13 Clay, Silty 8 16.5 18.0 UD 26 1.25 1.00 Cloy 9 18.0 20.0 UD 28 101 71 27 44 0.90 1.00 1.00 Cloy 10 21.5 23.0 UD 22 1.38 1.25 Clay 11 23.0 25.0 UD 20 113 52 22 30 1.58 1.75 1.75 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE M UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Deppth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf) Shear Strength (tsf) No. Top Bottom Type GB -55 1 0.0 2.0 UD 26 0.50 0.63 Cloy 2 2.0 4.0 UD 16 115 40 17 23 0.68 0.29 0.75 0.88 Cloy, Sandy 3 4.0 5.0 UD 14 0.75 0.88 Clay, Sandy 4 6.5 8.0 UD 20 114 47 19 28 1.12 0.58 1.25 1.00 Cloy, Sandy 5 8.0 10.0 UD 20 1.25 1.13 Cloy, Sandy 6 11.5 13.0 UD 17 110 31 17 14 0.36 0.94 0.35 0.50 Clay, Sandy 7 13.0 15.0 UD 19 22 17 5 0.10 0.25 Sand, Clayey 8 16.5 18.0 SS 21 23 87 Clay 9 18.0 20.0 UD 29 99 71 27 44 1.55 1.44 1.50 1.50 Cloy 10 21.5 23.0 UD 25 1.65 1.25 Cloy 11 23.0 25.0 UD 20 114 54 21 33 1.66 2.00 1.38 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 21 0 C ;U M W N SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENCINEERINC, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRYNO. DENSITY (pcf) ATTERBERG LIMITS PASSING 200 SIEVE (%) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Deppth (ft.) LL PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -56 1 0.0 2.0 UD 27 0.35 0.63 Clay, Sandy 2 2.0 4.0 UD 22 107 47 17 30 0.68 0.29 0.75 0.75 Clay, Sandy 3 4.0 5.0 UD 15 0.75 0.88 Cloy, Sandy 4 6.5 8.0 UD 18 111 35 16 19 0.86 0.58 1.00 0.63 Clay, Sandy 5 8.0 10.0 UD 22 0.40 0.50 Cloy, Sandy 6 11.5 13.0 UD 23 24 15 9 78 Clay, Sandy 7 13.5 15.0 SS 5 22 47 Sand, Clayey 8 16.5 18.0 UD 27 52 21 31 1.00 1.00 Cloy 9 18.0 20.0 UD 31 70 25 45 1.38 1.25 Clay 10 21.5 23.0 UD 24 100 60 19 41 0.97 1.50 1.25 Cloy 11 23.0 25.0 UD 24 1.63 1.50 Cloy 12 26.5 28.0 UD 16 119 42 16 26 2.23 2.00 2.25 Cloy, Sandy 13 28.0 30.0 UD 20 1 1.25 1.63 Clay, Sandy 14 31.5 33.0 UD 19 0.40 0.63 Cloy, Sandy 15 33.0 35.0 UD 24 105 34 16 18 0.25 0.45 0.75 Clay, Silty LEGEND: UO = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PS = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index m m e m m m m m w m m e m m m M M G7 C m rri N W W SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (%) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De ppth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -58 2 1.2 2.0 UD 20 1.00 1.00 Fill 3 2.0 3.0 UD 20 1.13 1.00 Clay 4 3.0 5.0 UD 21 107 53 20 33 1.01 0.36 1.00 1.00 Clay 5 6.5 8.0 UD 24 0.80 0.75 Cloy 6 8.0 10.0 UD 22 107 60 23 37 1.15 0.72 1.25 1.13 Cloy 7 11.5 13.0 UD 18 113 32 17 15 47 0.90 0.94 1.13 1.13 Cloy, Sandy 8 13.0 15.0 UD 24 1.75 1.75 Cloy 9 16.5 18.0 UD 33 1.38 1.25 Cloy 10 18.0 20.0 UD 28 97 58 23 35 0.76 1.75 1.50 Cloy 11 21.5 23.0 UD 21 1.00 0.75 Cloy 12 23.0 25.0 UD 22 105 45 20 25 0.65 1.25 1.13 Cloy, Sandy 13 26.5 28.0 UD 18 2.38 2.25 Cloy, Sandy 14 28.0 30.0 UD 20 109 32 17 15 0.90 2.16 1.13 1.25 Cloy, Sandy 15 31.5 33.0 UD 26 2.00 1.75 Cloy 16 33.0 35.0 UD 26 99 51 20 31 0.61 2.52 0.65 0.75 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (7) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Def�th (ft.) LL PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -60 2 1.5 3.0 UD 18 Fill 3 3.0 5.0 UD 22 108 44 16 28 0.47 0.36 0.75 0.75 Cloy, Sandy 4 6.5 8.0 UD 21 0.30 0.25 Clay, Sandy 5 8.0 10.0 UD 19 113 49 18 31 0.79 0.72 1.00 1.00 Clay, Sandy 6 11.5 13.0 UD 20 0.60 0.63 Cloy. Sandy 7 13.0 15.0 UD 21 111 28 17 11 0.32 1.08 0.40 0.38 Cloy, Sandy 8 16.5 18.0 UD 30 1.50 1.38 Clay 9 18.0 20.0 UD 23 108 53 21 32 1.40 1.50 1.50 Cloy 10 21.5 23.0 UD 18 1.00 1.00 Cloy, Sandy 11 23.0 25.0 UD 17 118 24 15 9 0.54 1.80 1.25 1.38 Cloy, Sandy 12 26.5 28.0 UD 18 1.75 2.25 Cloy, Sandy 13 28.0 30.0 UD 21 109 33 19 14 1.15 1.00 2.13 Cloy, Sandy 14 31.5 33.0 UD 29 1.88 1.75 Cloy 15 33.0 35.0 UD 24 103 31 19 12 0.43 2.52 0.75 0.50 Cloy, Silty LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index RIM 0 C M N W N SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT N DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE N UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (ft.) PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (ts8 Shear Strength (tsf) No. Top Bottom Type GB -61 1 0.0 2.0 UD 20 1.00 1.00 Clay, Sandy 2 2.0 4.0 UD 17 115 39 18 21 1.22 0.29 1.25 1.13 Cloy, Sandy 3 4.0 5.0 UD 17 1.00 1.00 Cloy, Sandy 4 6.5 8.0 UD 22 107 56 22 34 1.04 0.58 1.38 1.13 Cloy 5 8.0 10.0 UD 23 0.88 0.88 Clay 6 11.5 13.0 UD 21 105 28 17 11 0.47 0.94 0.55 0.50 Cloy, Sandy 7 13.0 15.0 UD 27 1.38 1.38 Clay 8 16.5 18.0 UD 30 98 74 29 45 0.72 1.30 0.50 0.50 Clay 9 18.0 20.0 UD 24 0.75 1.00 Cloy, Silty 10 21.5 23.0 UD 19 114 32 17 15 0.65 1.66 0.55 0.75 Clay, Sandy 11 23.0 25.0 UD 20 1.38 1.38 Cloy, Sandy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 0 C M N Gi SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (7) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (7.) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Deppth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Siren th (ts8 Shear Strength (tsf) No. Top Bottom Type GB -62 1 0.0 2.0 UD 19 0.70 0.50 Fill 2 2.0 4.0 UD 21 107 56 23 33 0.86 0.29 1.00 0.88 Clay 3 4.0 5.0 UD 24 0.65 0.63 Clay 4 6.5 8.0 UD 23 1.00 0.88 Clay, Silty 5 8.0 10.0 UD 23 107 29 19 10 0.65 0.72 0.63 0.75 Clay, Silty 6 11.5 13.0 UD 26 0.65 0.75 Clay 7 13.0 15.0 UD 25 104 75 28 47 1.01 1.08 1.25 1.13 Clay 8 16.5 18.0 UD 22 1.50 1.38 Clay, Sandy 9 18.0 20.0 UD 22 108 42 20 22 1.01 1.44 0.60 0.38 Clay, Sandy 10 21.5 23.0 UD 19 1.50 1.25 Clay, Sandy 11 23.0 25.0 UD 19 111 34 18 16 1.04 1.25 1.50 Clay, Sandy 12 26.5 28.0 UD 22 0.75 0.75 Clay, Silty 13 28.0 30.0 UD 23 110 24 17 7 1.48 2.16 0.25 0.38 Cloy, Silty 14 31.5 33.0 UD 26 101 68 26 42 1.48 2.38 2.25 2.13 Cloy 15 33.0 35.0 UD 25 37 20 17 0.35 0.38 Cloy, Silty LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index A m C :0 M tJl W V SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (q) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (i) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Strength (tsf� Shear Strength (tsf) No. Top Bottom Type GB -63 1 0.0 2.0 UD 19 0.15 0.25 Clay, Sandy 2 2.0 3.0 UD 25 0.20 0.25 Cloy, Sandy 3 3.0 5.0 UD 23 102 44 17 27 0.36 0.36 0.30 0.38 Cloy, Sandy 4 6.5 8.0 SS 16 19 30 Sand, Silty 5 11.5 13.0 SS 18 21 Cloy 6 13.0 15.0 UD 31 95 76 25 51 1.15 1.08 1.25 1.25 Cloy 7 16.5 18.0 UD22 0.75 0.88 Cloy 8 18.0 20.0 UD 22 109 41 17 24 0.58 1.44 0.63 1.13 Clay, Silty 9 21.5 23.0 UD 17 1.50 1.75 Clay, Sandy 10 23.0 25.0 UD 18 108 27 14 13 1.04 1.25 1.38 Clay, Sandy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index CIO I N W SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (7) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (%) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL No. Depth (ft.) Type LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf� Shear Strength (tsf) Top Bottom GB -64 1 0.0 1.0 UD 17 0.75 1.13 Fill 3 1.4 3.0 UD 22 104 40 19 21 0.32 0.22 0.35 0.75 Clay, Sandy 4 3.0 5.0 UD 23 0.88 0.88 Clay 5 6.5 8.0 UD 20 1.00 1.38 Cloy, Sandy 6 8.0 10.0 UD 20 109 43 19 24 1.04 1.13 1.50 Cloy, Sandy 7 11.5 13.0 UD 26 0.30 0.50 Cloy 8 13.0 15.0 UD 30 95 52 22 30 0.47 1.08 0.88 1.00 Cloy 9 16.5 18.0 UD 32 1.00 1.13 Clay 10 18.0 20.0 UD 32 93 70 28 42 0.90 1.25 1.25 Cloy 11 21.5 23.0 UD 24 1.13 1.25 Cloy 12 23.0 25.0 UD 18 114 30 16 14 0.76 1.00 1.25 Cloy, Sandy 13 26.5 28.0 UD 16 1.50 1.25 Cloy, Sandy 14 28.0 30.0 UD 20 110 34 18 16 1.30 1.00 1.50 Cloy, Sandy 15 31.5 33.0 UD 21 109 36 18 18 0.58 0.75 1.25 Cloy, Silty 16 33.0 35.0 UD 23 2.13 2.13 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (i) DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (�) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (ft.) PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf) Shear Strength (tsf) No. Top Bottom Type GB -66 1 0.0 2.0 UD 19 0.35 0.50 Cloy, Sandy 2 2.0 4.0 UD 14 111 43 18 25 0.68 0.29 0.75 0.75 Cloy, Sandy 3 4.0 5.0 UD 18 0.50 0.75 Clay, Sandy 4 6.5 8.0 UD 21 0.75 1.00 Cloy, Sandy 5 8.0 10.0 UD 19 108 26 16 10 0.25 0.72 0.35 0.75 Cloy, Sandy 6 11.5 13.0 UD 27 1.50 1.25 Clay 7 13.0 15.0 UD 29 1.38 1.25 Clay 8 16.5 18.0 UD 30 97 78 30 48 1.12 1.50 1.50 Clay 9 18.0 20.0 UD 30 1.25 0.75 Cloy, Sandy 10 21.5 23.0 UD 22 110 36 17 19 0.79 1.66 1.00 0.88 Cloy, Sandy 11 23.0 25.0 UD 17 1.50 1.25 Cloy, Sandy 12 26.5 28.0 SS 8 21 31 Sand, Silty 13 31.5 33.0 SS 25 21 Sand, Silty LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 0 C M Ul th 0 SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Roadway/Storm Sewer PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE W UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (ts8 Shear Strength (tsf) No. Top Bottom Type GB -67 1 0.0 2.0 UD 25 0.70 0.63 Cloy 2 2.0 4.0 UD 20 0.55 0.50 Cloy, Sandy 3 4.0 5.0 UD 20 106 45 19 26 0.72 0.36 1.00 1.00 Cloy, Sandy 4 6.5 8.0 UD 23 0.35 0.38 Cloy, Silty 5 8.0 10.0 UD 24 105 37 19 18 0.47 0.72 0.60 0.63 Clay, Silty 6 11.5 13.0 UD 30 1.63 1.38 Cloy 7 13.0 15.0 UD 32 95 81 30 51 1.01 1.38 1.25 Clay 8 16.5 18.0 UD 31 1.38 1.25 Cloy 9 18.0 20.0 UD 23 108 52 22 30 0.86 1.44 0.80 0.75 Cloy 10 21.5 23.0 UD 17 1.13 1.13 Clay, Silty 11 23.0 25.0 UD 22 109 32 18 14 0.54 0.60 0.75 Cloy, Silty LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index M111 M1111 T G) C ;0 M co SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENCINEERINC, INC. PROJECT NAME: City of Peariand McHard Rd Extension Traffic Signals Modification PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (7.) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE M UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (t.) LL PL PI Shear Strength (tsf) Shear Strength (tsg) Conf. Press. (tsf) Shear Stren th (tsf) Shear Strength (tsf) No. Top Bottom Type GB -68 1 0.0 2.0 UD 20 0.40 0.50 Clay, Sandy 2 2.0 4.0 UD 23 0.75 0.75 Cloy 3 4.0 5.0 UD 20 110 53 25 28 1.01 0.36 1.13 1.00 Clay 4 6.5 8.0 UD 22 1.13 1.00 Clay 5 8.0 10.0 UD 28 102 52 20 32 0.94 0.72 1.00 1.00 Clay 6 11.5 13.0 UD 36 0.80 0.75 Clay 7 13.0 15.0 UD 28 98 51 20 31 0.50 1.08 1.25 0.63 Clay 8 16.5 18.0 UD 26 1.00 1.00 Cloy 9 18.0 20.0 UD 21 108 41 16 25 0.43 1.44 1.00 1.00 Clay, Sandy 10 21.5 23.0 UD 17 1.75 1.63 Cloy, Sandy 11 23.0 25.0 UD 20 112 38 19 19 1.51 1.50 1.75 Clay. Sandy 12 26.5 28.0 UD 20 1.00 1.00 Clay, Sandy 13 28.0 30.0 UD 20 109 28 16 12 0.79 0.88 1.00 Cloy, Sandy 14 31.5 33.0 SS 29 23 69 Cloy, Sandy 15 33.0 35.0 UD 25 106 64 21 43 1.76 2.00 2.25 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -O'Day PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (�) DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING N0, 200 SIEVE W UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL le ppth (ft.) PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strep th (tsf� Shear Strength (tsf) No. Top Bottom Type GB -69 1 0.0 2.0 UD 15 1.00 1.50 Cloy, Sandy 2 2.0 3.0 UD 15 119 41 18 23 1.01 0.22 1.00 1.50 Cloy, Sandy 3 3.0 5.0 UD 19 1.25 1.75 Cloy, Sandy 4 6.5 8.0 UD 17 38 18 20 1.25 1.50 Clay, Sandy 5 8.0 10.0 UD 22 107 0.83 0.72 0.50 0.88 Cloy, Sandy 6 11.5 13.0 UD 17 32 20 12 0.50 0.63 Cloy, Sandy 7 13.0 15.0 UD 33 1.00 1.50 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index Ul W SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond—O'Day PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (i) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U—U) TORVANE POCKET PENE— TROMETER TYPE OF MATERIAL Depth (ft.) PL PI Shear Strength (tsg) Shear Strength (tsg) Conf. Press. (tsf) Shear Stren th (tsf) Shear Strength (tsf) No. Top Bottom Type GB -70P 1 0.0 2.0 UD 21 1 1 1.00 0.38 Cloy, Sandy 2 2.0 3.0 UD 20 102 43 20 23 0.54 0.22 0.50 0.63 Clay, Sandy 3 3.0 5.0 UD 22 42 17 25 1.00 0.50 Cloy. Sandy 4 6.5 8.0 SS 13 20 32 Sand, Silty 5 9.0 10.0 UD 23 98 56 25 31 1.12 0.72 1.38 1.50 Cloy 6 11.5 13.0 UD 27 1.38 1.50 Clay 7 13.0 15.0 UD 31 78 29 49 1.25 1.25 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx—DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index .n 0 C M CD I N O N SUMMARY OF LABORATORY TEST RESULTS GEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond—O'Day PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (i) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (1e) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U—U) TORVANE POCKET PENE— TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -71 1 0.0 2.0 UD 23 0.50 0.38 Clay, Sandy 2 2.0 3.0 UD 18 41 18 23 1.00 0.63 Clay, Sandy 3 3.0 5.0 UD 17 113 1.19 0.36 1.25 1.25 Clay, Sandy 4 6.5 8.0 UD 20 110 45 20 25 1.55 0.58 1.50 1.50 Clay, Sandy 5 8.0 10.0 UD 22 0.88 1.00 Clay. Sandy 6 11.5 13.0 SS 32 26 Clay 7 13.0 15.0 UD 31 72 27 45 1.13 1.38 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx—DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index X71 A tJ� SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Hatfield PROJECT NUMBER: 1140215001 BORING N0. SAMPLE SPT (blows/ft.) WATER CONTENT (7.) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (9) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf8 Shear Strength (tsf) No. Top Bottom Type GB -72 1 0.0 2.0 UD 21 1.00 0.63 Clay, Sandy 2 2.0 4.0 UD 18 108 38 15 23 0.32 0.29 0.50 0.50 Clay, Sandy 3 4.0 5.0 UD 22 0.40 0.38 Cloy, Sandy 4 6.5 8.0 SS 18 18 Sand, Silty 5 8.5 10.0 SS 20 17 15 Sand, Silty 6 11.5 13.0 SS 36 26 Cloy 7 13.0 15.0 UD 27 101 79 13 66 1.12 1.08 1.38 1.25 Clay 8 16.5 18.0 UD 31 1.50 1.25 Cloy 9 18.5 20.0 SS 18 20 54 17 37 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plostic Limit PI = Plasticity Index C m 00 I N N SUMMARY OF LABORATORY TEST RESULTS GEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Hatfield PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (%) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (t.) LL PL PI Shear Strength (tsg) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf� Shear Strength (tsf) No. Top Bottom Type GB -73 1 0.0 2.0 UD 23 1.38 0.63 Clay 2 2.0 4.0 UD 20 52 21 31 0.80 0.75 Clay 3 4.0 5.0 UD 19 0.75 0.88 Cloy 4 6.5 8.0 UD 20 108 51 20 31 1.44 0.58 1.25 1.50 Clay 5 8.0 10.0 UD 22 0.88 1.13 Clay 6 11.5 13.0 UD 24 68 25 43 1.38 1.25 Cloy 7 13.0 15.0 UD 33 1.00 1.38 Clay 8 16.5 18.0 UD 30 95 74 29 45 1.37 1.30 1.38 1.38 Cloy 9 18.0 20.0 UD 21 1.25 1.00 Clay LEGEND: UD = UNDISTURBED SAMPLE. EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 0 C M I N W SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Hatfield PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT W DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE M UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Strength (tsff) Shear Strength (tsf) No. Top Bottom Type GB -75P 1 0.0 2.0 UD 25 0.55 0.50 Clay, Sandy 2 2.0 4.0 UD 22 105 43 19 24 73 0.58 0.29 0.70 0.50 Clay, Sandy 3 4.0 5.0 UD 18 0.75 0.75 Clay, Sandy 4 6.5 8.0 UD 18 108 27 17 10 0.32 0.58 0.40 0.25 Clay, Sandy 5 8.5 10.0 SS 17 17 56 Silt, Sandy 6 11.5 13.0 UD 26 0.35 0.25 Clay, Silty 7 13.0 15.0 UD 28 74 28 46 1.25 1.25 Clay 8 16.5 18.0 UD 36 0.85 0.75 Clay 9 18.0 20.0 UD 31 101 56 23 33 1.40 1.44 1.25 1.13 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index N 00 m m m m m m m SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Hatfield PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (%) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strenggth (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf� Shear Strength (tsf) No. Top Bottom Type GB -76 1 0.0 2.0 UD 21 0.60 0.63 Cloy, Sandy 2 2.0 4.0 UD 19 110 48 20 28 0.68 0.29 1.00 0.75 Clay, Sandy 3 4.0 5.0 UD 21 0.60 0.50 Cloy, Sandy 4 6.5 8.0 UD 23 36 17 19 0.20 0.25 Clay, Silty 5 8.0 10.0 UD 22 0.35 0.13 Clay, Silty 6 11.5 13.0 UD 27 55 26 29 0.65 0.75 Clay 7 13.0 15.0 UD 32 94 0.79 1.08 1.13 1.00 Clay 8 16.5 18.0 UD 30 77 30 47 1.13 1.00 Clay 9 18.0 20.0 UD 33 1.25 1.13 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index C M C I7 N Ln tJ1 SUMMARY OF LABORATORY TEST RESULTS GEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Hatfield PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (i) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (i) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strength (tsg) Shear Strenggth (tsi) Conf. Press. (tsf) Shear Stren th (tsf� Shear Strength (tsf) No. Top Bottom Type GB -77 1 0.0 2.0 UD 21 0.60 0.50 Clay, Sandy 2 2.0 4.0 UD 20 108 50 22 28 0.94 0.29 0.85 0.88 Cloy 3 4.0 5.0 UD 22 83 1.13 0.75 Clay 4 6.5 8.0 UD 25 49 18 31 1.00 0.75 Clay, Silty 5 8.0 10.0 UD 27 0.70 0.63 Cloy 6 11.5 13.0 UD 32 95 69 29 40 0.68 0.94 1.00 1.00 Clay 7 13.0 15.0 UD 34 1.38 1.13 Clay 8 16.5 18.0 UD 31 92 82 26 56 0.90 1.30 1.13 1.00 Clay 9 18.0 20.0 UD 34 1.63 1.25 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index Ul N O SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Hatfield PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (7) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (i) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (f t.) LL PL PI Shear Strength (ts9) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf� Shear Strength (tsf) No. Top Bottom Type GB -78 1 0.0 2.0 UD 22 0.50 0.38 Cloy, Sandy 2 2.0 4.0 UD 22 103 49 20 29 0.47 0.29 0.75 0.75 Cloy, Sandy 3 4.0 5.0 UD 19 1.13 1.13 Clay, Sandy 4 6.5 8.0 UD 17 29 15 14 0.75 1.00 Cloy, Sandy 5 8.0 10.0 UD 20 0.80 0.75 Clay 6 11.5 13.0 UD 33 92 74 27 47 0.83 0.94 1.25 1.13 Cloy 7 13.0 15.0 UD 32 1.38 1.13 Cloy 8 16.5 18.0 UD 19 29 17 12 0.40 0.38 Cloy, Sandy 9 18.0 20.0 UD 17 1.63 0.75 Cloy, Sandy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Clear Creek PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRY DENSITYLL (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (i) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Deppth (ft.) PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -79 1 0.0 2.0 UD 16 2.50 2.25 Cloy 2 2.0 4.0 UD 24 64 23 41 82 1.75 1.25 Clay 3 4.0 5.0 UD 23 107 0.72 0.36 1.00 1.00 Clay 4 6.5 8.0 UD 13 1.38 1.50 Cloy, Sandy 5 8.0 10.0 UD 15 122 34 15 19 83 1.08 0.72 1.00 1.38 Clay, Sandy 6 11.5 13.0 UD 24 0.70 0.75 Cloy. Sandy 7 13.5 15.0 SS 7 19 82 Silt 8 16.5 18.0 UD 22 1.00 0.75 Clay 9 18.0 20.0 UD 27 96 70 27 43 98 0.94 1.44 1.63 0.75 Cloy 10 21.5 23.0 UD 23 1.00 1.00 Clay 11 23.0 25.0 UD 22 53 20 33 86 1.00 1.00 Clay 12 26.5 28.0 UD 25 2.00 2.13 Cloy 13 28.0 30.0 UD 23 2.00 1.88 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 11 0 C M M I N 00 SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Clear Creek PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE W UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De ppth (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (tsf� Shear Strength (tsf) No. Top Bottom Type GB -80 1 0.0 2.0 UD 18 1.25 1.25 Cloy, Sandy 2 2.0 4.0 UD 19 110 52 17 35 77 1.08 0.29 1.13 1.13 Cloy 3 4.0 5.0 UD 19 1.25 1.13 Cloy, Sandy 4 6.5 8.0 UD 19 1.50 1.25 Clay, Sandy 5 8.0 10.0 UD 1 20 11 44 16 28 76 1.38 1.63 Clay, Sandy 6 11.5 13.0 UD 21 108 0.32 0.94 0.30 1.00 Silt, Sandy 7 13.5 15.0 SS 11 23 Silt, Sandy 8 16.5 18.0 SS 18 22 56 Silt, Sandy 9 21.5 23.0 UD 22 0.55 0.50 Clay, Silty 10 23.0 25.0 UD 23 103 28 16 12 88 0.40 1.80 0.45 0.63 Cloy, Silty 11 26.5 28.0 UD 29 95 68 25 43 1.37 1.75 1.75 Cloy 12 28.0 30.0 UD 31 1.75 1.75 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index N tJ1 W SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Clear Creek PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (%) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (%) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL De p�th (ft.) LL PL PI Shear Strenggth (tsf) Shear Strenggth (tsf) Conf. Press. (tsf) Shear Stren th (ts8 Shear Strength (tsf) No. Top Bottom Type GB -81P 1 0.0 2.0 UD 19 1.25 1.13 Clay, Sandy 2 2.0 4.0 UD 22 104 70 25 45 79 0.94 0.29 0.80 0.75 Clay 3 4.0 5.0 UD 22 0.90 0.75 Clay 4 6.5 8.0 UD 22 1.25 1.13 Clay, Sandy 5 8.0 10.0 UD 21 105 39 19 20 85 0.90 0.88 1.00 Cloy. Sandy 5 11.5 13.0 UD 24 0.40 0.38 Cloy, Silty 7 13.0 15.0 UD 34 73 26 47 0.90 0.88 Cloy 8 16.5 18.0 UD 22 37 18 19 97 0.65 0.75 Cloy, Silty 9 18.0 20.0 UD 23 107 0.54 0.70 0.75 Clay, Silty 10 21.5 23.0 SS 10 27 Clay 11 23.0 25.0 UD 32 60 25 35 98 0.75 0.75 Cloy 12 26.5 28.0 SS 17 20 Cloy 13 28.5 30.0 SS 17 26 Cloy LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index r� r rr �r r� r■ �r rr rr r■� rr ri rr rr ar r■ r. rr .r SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENCINEERINC, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Clear Creek PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (9e) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (9) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL le p�th (ft.) LL PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -82 1 0.0 2.0 UD 20 1.13 1.25 Clay, Sandy 2 2.0 4.0 UD 12 122 38 14 24 76 1.55 0.29 2.00 2.00 Cloy, Sandy 3 4.0 5.0 UD 18 11.00 1.00 Clay, Sandy 4 6.5 8.0 UD 21 0.75 0.75 Clay, Sandy 5 8.0 10.0 UD 22 107 29 17 12 74 0.54 0.50 0.63 Clay, Sandy 6 11.5 13.0 UD 22 0.35 0.75 Clay, Sandy 7 13.5 15.0 SS 8 24 23 Sand, Silty 8 16.5 18.0 SS 8 25 Sand, Silty 9 21.5 23.0 UD 24 0.40 0.38 Silt 10 23.0 25.0 UD 27 104 65 23 42 99 1.26 1.25 1.75 Clay 11 26.5 28.0 UD 30 1.63 1.75 Cloy 12 28.0 30.0 UD 24 2.00 2.00 Clay LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL =. Liquid Limit PL = Plastic Limit PI = Plasticity Index w Ul Ul Ul ww w ww ww ww w ■w w■ w SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Clear Creek PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT M DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE (7) UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth ( t.) LL PL PI Shear Strength (tsf) Shear Strength (tsf) Conf. Press. (tsf) Shear Stren th (ts8 Shear Strength (tsf) No. Top Bottom Type GB -83 1 0.0 2.0 UD 18 1.25 1.13 Clay, Sandy 2 2.0 4.0 UD 14 112 51 19 32 74 4.03 0.29 2.50 2.25 Clay 3 4.0 5.0 UD 16 51 20 31 1.88 1.88 Cloy 4 6.5 8.0 UD 20 0.75 0.50 Cloy, Sandy 5 8.0 10.0 UD 20 99 44 15 29 64 0.36 0.72 0.50 0.75 Cloy, Sandy 6 11.5 13.0 SS 8 22 36 Sand, Silty 7 16.5 18.0 SS 11 19 Cloy, Silty 8 18.0 20.0 UD 21 109 21 16 5 85 0.43 0.45 0.75 Clay, Silty 9 21.5 23.0 UD 28 98 61 25 36 1.12 1.50 1.75 Cloy 10 23.0 25.0 UD 26 1.50 1.75 Cloy 11 26.5 28.0 UD 22 102 44 16 28 88 0.54 1.00 1.00 Cloy, Silty 12 28.0 30.0 UD 23 50 20 30 1.63 1.50 Cloy, Silty LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 0 C ;U m I W N Ul SUMMARY OF LABORATORY TEST RESULTS CEOTEST ENGINEERING, INC. PROJECT NAME: City of Pearland McHard Rd Extension Detention Pond -Clear Creek PROJECT NUMBER: 1140215001 BORING NO. SAMPLE SPT (blows/ft.) WATER CONTENT (7) DRY DENSITY (pcf) ATTERBERG LIMITS PASSING NO. 200 SIEVE M UNCONFINED COMPRESSION TEST TRIAXIAL COMPRESSION TEST (U -U) TORVANE POCKET PENE- TROMETER TYPE OF MATERIAL Depth (ft.) LL PL PI Shear Strenggth (tsf) Shear St ren th (ts Conf. Press. (tsf) Shear Strength (tsf) Shear Strength (tsf) No. Top Bottom Type GB -84 1 0.0 2.0 UD 22 0.65 0.50 Clay, Sandy 2 2.0 4.0 UD 24 52 20 32 67 0.88 1.25 Clay 3 4.0 5.0 UD 14 123 43 17 26 57 1.62 0.36 1.75 1.63 Clay, Sandy 4 6.5 8.0 UD 14 1.88 0.75 Clay, Sandy 5 8.0 10.0 UD 13 119 23 14 9 1.22 0.72 0.63 1.63 Cloy, Sandy 6 11.5 13.0 UD 16 23 16 7 Sand, Silty 7 13.5 15.0 SS 9 20 Sand, Silty 8 16.5 18.0 SS 17 21 12 Sand, Silty 9 21.5 23.0 SS 25 21 Sand, Silty 10 26.5 28.0 SS 13 20 Sand, Silty LEGEND: UD = UNDISTURBED SAMPLE, EXTRUDED IN FIELD SS = SPLIT SPOON SAMPLE AG = AUGER CUTTINGS PB = PITCHER BARREL SAMPLE Nx = Nx-DOUBBLE BARREL SAMPLE SPT = Standard Penetration Test LL = Liquid Limit PL = Plastic Limit PI = Plasticity Index 100 90 80 F- 70 U w 60 n >- M 0 w 50 z N. W z 40 W U cL 30 m 20 10 I 0 -n G) C: X M w ul W ul 4 Job No. 1140215001 GRAVEL I SAND Coorse Fine Coorse Medium Fine SILT OR CLAY U.S. STANDARD SIEVE OPENINGS IN INCHES U.S. STANDARD SIEVE NUMBERS 3 2 17 1 4 7 4 4 6 8 10 1416 20 30 40 50 70 100 140 200 T T T T I I I I —r ]IF[ D\ O 1 1 i` 10 1 0.1 0.01 0.0( GRAIN SIZE IN MILLIMETERS BORING SAMPLE DEPTH LEGEND NO. NO. FT. SAMPLE DESCRIPTION •+�+� GB -52 S-6 11.5-13.0 Silt, brown w/silty clay seams O 0-08-0 GB -55 S-8 16.5-18.0 Clay, reddish brown, brown and gray GB -56 S-6 11.5-13.0 Sand, silty, brown D+ D ►► GB -56 S-7 13.5-15.0 Sand, silty, brown GRAIN SIZE DISTRIBUTION CURVES 0 10 20 CD 30 M 40 CC W V) o' 50 p U H 60 w U G✓ W 70 0_ 80 90 I1 00 m G) c x m 1p w A ul ul co 1111=1 1=1 1111M ■w s Job No. 1140215001 GRAVEL SAND SILT OR CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE OPENINGS IN INCHES U.S. STANDARD SIEVE NUMBERS 1 .1 1 3 2 1 4 7 1 1 4 4 6 8 10 1416 20 30 40 50 70 100 140 200 0 100 90 10 q 80 11 20 T- 1 70 30 w 1 X60 400:: m m V) 1 o- w 50 50 0 Z U 3z 40 60 U o- 330 70 Li a a 3 3 20 80 2 3 10 90 100 0 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS BORING SAMPLE DEPTH LEGEND NO. NO. FT. SAMPLE DESCRIPTION �+++• GB -63 S-4 6.5-8.0 Sand, silty, brown and gray a 900-0 GB -66 S-12 26.5-28.0 Sand, brown and gray -_ - GB -68 S-14 31.5-33.D Clay, gray and red GRAIN SIZE DISTRIBUTION CURVES 100 90 80 = 70 c; LU 60 G7 >- m CO 0 w 50 Cf)f0 z cti- E z 40 W U 30 20 10 a I 0 Job No. 1140215001 GRAVEL I SAND Coarse Fine Coarse Medium Fine SILT OR CLAY U.S. STANDARD SIEVE OPENINGS IN INCHES U.S. STANDARD SIEVE NUMBERS 3 21� 1 4 8 4 4 6 6 10 1416 20 30 40 50 70 100 140 200 1 I 1 1 1 1 1 1 0 b 10 1 0.1 GRAIN SIZE IN MILLIMETERS 0.01 BORING SAMPLE DEPTH LEGEND NO. NO. FT. SAMPLE DESCRIPTION •++�+ GB -70 S-4 6.5-8.0 Sand, silty, brown and gray GB -72 S-5 8.5-10.0 Sand, silty, brown and gray -- - GB -75 S-5 8.5-10.0 Sand, silty, brown w/sandy clay seams and calcareous nodules GRAIN SIZE DISTRIBUTION CURVES U 10 20 30 uJ r 03 40 Of W U) o_ 50 0 U 60 w U 0_ w 70 0_ 80 90 0.001 o0 M � m l� � IMI � � M � � � � � � 100 90 80 = 70 c� w 60 n � (O m ED O w 50 rjj Z cam. Li.. z 40 w � U d 30 co 20 �s 10 I 0 Job No. 1140215001 GRAVEL SAND SILT OR CLAY Coarse Fine Coarse Medium Fine U.S. STANDARD SIEVE OPENINGS ININCHES U.S. STANDARD SIEVE NUMBERS N3 a 4 3 2 1 8 4 6 B 10 1416 0 30 40 50 70 100 140 200 0 \ 10 at 1 20 1 1 F- = cf) 30 Lj m 40 Of o w N 50 p U H 60 w U D: w 70 80 90 100 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS BORING SAMPLE DEPTH LEGEND NO. NO. FT. SAMPLE DESCRIPTION ►+++• GB -79 S-7 13.5-15 Silt, sandy, brown ae-ae-o GB -80 S-8 16.5-18 Silt, sandy, brown '-��• GB -82 S-7 13.5-15 Silt, sandy, brown GRAIN SIZE DISTRIBUTION CURVES 1 1 1 CALIFORNIA BEARING RATIO (CBR) OF LABORATORY -COMPACTED SOILS ASTM D1883 Project: McHard Road Job No.: 1140215001 Sample Location: Composite sample from borings No. GB -49, 51, 54, 55, 58, 62, 64, 67, 68 Sample Description: Dark gray Clay (CH) Liquid Limit: 57 Plastic Limit: 22 Method of Compaction: ® ASTM D698 ❑ ASTM D1557 Blows per layer: 10 Sample Condition: ® soaked ❑ unsoaked Dry Density before soaking 88.2 pcf Dry Density after soaking 86.3 pcf Moisture Content: Before compaction 18.6 After compaction 18.5 Top 1 -in layer after soaking 26.4 % Average after soaking 25.0% Swell 2.18.% Bearing Ratio 0.30 % Surcharge 10 lbs (® soaked ❑ unsoaked) Geotest Engineering, Inc, Plasticity Index: 35 FIGURE B -37a 561 1 1 1 1 1 CALIFORNIA BEARING RATIO (CBR) OF LABORATORY -COMPACTED SOILS ASTM D1883 Project: McHard Road Job No.: 1140215001 Sample Location: Composite sample from borings No. GB -49, 51, 54, 55, 58, 62, 64, 67, 68 Sample Description: Dark gray Clay (CH) Liquid Limit: 57 Plastic Limit: 22 Method of Compaction: ® ASTM D698 ❑ ASTM D1557 Blows per layer: 25 Sample Condition: ® soaked ❑ unsoaked Dry Density before soaking 102.5 pcf Dry Density after soaking 101.3 pcf Moisture Content: Before compaction 18.2% After compaction 18.1 % Top 1 -in layer after soaking 23.7% Average after soaking 21.4% Swell 1.11 % Bearing Ratio 2.52% (N soaked ❑ unsoaked) Surcharge 10 lbs Geotest Engineering, Inc. Plasticity Index: 35 FIGURE B -37b 562 CALIFORNIA BEARING RATIO (CBR) OF LABORATORY -COMPACTED SOILS ASTM D1883 Project: McHard Road Job No.: 1140215001 Sample Location: Composite sample from borings No. GB -49, 51, 54, 55, 58, 62, 64, 67, 68 Sample Description: Dark gray Clay (CH) Liquid Limit: 57 Method of Compaction Plastic Limit: 22 ® ASTM D698 ❑ ASTM D1557 Blows per layer: 56 Sample Condition: ® soaked ❑ unsoaked Dry Density before soaking 107.4 pcf Dry Density after soaking 106.1 pcf Moisture Content: Before compaction After compaction Top 1 -in layer after soaking Average after soaking Swell 1.18-% Bearing Ratio 3.93 % (S soaked Surcharge 10 lbs 18.5 % 18.5% 23.2% 19.7% ❑ unsoaked) Contact %nr Plasticity Index: 35 FIGURE B -37c 563 CALIFORNIA BEARING RATIO (CBR) OF LABORATORY -COMPACTED SOILS ASTM D1883 Project: McHard Road Job No.: 1140215001 Sample Location: Composite sample from borings No. GB -53, 54, 55, 56, 60, 61, 63, 66 Sample Description: Yellowish brown and gray Sandy Clay (CL) Liquid Limit: 38 Plastic Limit: 15 Plasticity Index: 23 Method of Compaction: ® ASTM D698 ❑ ASTM D1557 Blows per layer: 10 Sample Condition: ® soaked ❑ unsoaked Dry Density before soaking 94.1 pcf Dry Density after soaking 93.1 pcf Moisture Content: Before compaction 16.5 % After compaction 16.7 % Top 1 -in layer after soaking 25.4 % Average after soaking 22.8% Swell 1.35.% Bearing Ratio 0.83 % Surcharge 10 lbs (N soaked ❑ unsoaked) Gente_st Engineering. hie. FIGURE B -37d 564 I 1 I 1 1 1 I 1 1 1 1 I 1 1 CALIFORNIA BEARING RATIO (CBR) OF LABORATORY -COMPACTED SOILS ASTM D1883 Project: McHard Road Job No.: 1140215001 Sample Location: Composite sample from borings No. GB -53, 54, 55, 56, 60, 61, 63, 66 Sample Description: Yellowish brown and gray Sandy Clay (CL) Liquid Limit: 38 Plastic Limit: 15 Plasticity Index: 23 Method of Compaction: ® ASTM D698 El ASTM D 1557 Blows per layer: 25 Sample Condition: ® soaked ❑ unsoaked Dry Density before soaking 108.4 pcf Dry Density after soaking 108.1 pcf Moisture Content: Before compaction 16.8% After compaction 16.7% Top 1 -in layer after soaking 18.3% Average after soaking 17.1 % Swell 0.283% Bearing Ratio 4.64 % Surcharge 10 lbs (® soaked ❑ unsoaked) Geotest Engineering, Inc. FIGURE B -37e 565 1 CALIFORNIA BEARING RATIO (CBR) OF LABORATORY -COMPACTED SOILS ASTM D1883 Project: McHard Road Job No.: 1140215001 Sample Location: Composite sample from borings No. GB -53, 54, 55, 56, 60, 61, 63, 66 Sample Description: Yellowish brown and gray Sandy Clay (CL) Liquid Limit: 38 Method of Compaction: Plastic Limit: 15 ® ASTM D698 ❑ ASTM D1557 Blows per layer: 56 Sample Condition: ® soaked ❑ unsoaked Dry Density before soaking 112.2 pcf Dry Density after soaking 111.8 pcf Moisture Content: Before compaction After compaction Top 1 -in layer after soaking Average after soaking Swell 0.284% Bearing Ratio 5.77 % (N soaked Surcharge 10 lbs 16.2% 16.4% 17.1 % 16.8% ❑ unsoaked) Geotest Engineering, Inc. Plasticity Index: 23 FIGURE B -37f 566 11 o 5.00 4.00 3.00 ,F U 2.00 to �U 1.00 0.00 -1.00 Project: McHard Road I Sample Location: Composite sample from borongs No.GB-49, GB -51, GB -54, GB -55, GB -58, GB -62, GB -64, GB -67 and GB -68 Sample Description: Dark gray Clay (CH) Liquid Limit: 57 Dry Density (pcf): 101 Plastic Limit: 22 Plasticity Index: 35 80.0 85.0 90.0 95.0 100.0 105.0 110.0 DRY DENSITY AS MOLDED, PCF DRY DENSITY VERSUS CBR (ASTM D 1883) Geotest Engineering, Inc. FIGURE B -38a 567 I i 56 blows/la far CBR =2.2 25 blows/layer � I I ; I 10 blows/layer 80.0 85.0 90.0 95.0 100.0 105.0 110.0 DRY DENSITY AS MOLDED, PCF DRY DENSITY VERSUS CBR (ASTM D 1883) Geotest Engineering, Inc. FIGURE B -38a 567 1 o LO N . r � � I 0 z n 0 1 1 l 1 1 Project: McHard Road Sample Location: Composite sample from borings GB -53, GB -54, GB -55, GB -56, GB -60, GB -61, GB -63, and GB -66 Sample Description: Yellowish brown and gray Sandy Clay (CL) Liquid Limit: 38 Plastic Limit: 15 Plasticity Index: 23 Dry Density (pcf): 108 6.00 ----- 5.00 4.00 Of m U 2.00 1.00 CBR =4.5 _ _ _ _ _ _ 25 blo�s/layer 6 blows/layer I _/a I I I I l I I I I I I ------------ I� I 10 blows/(ayer I i I I 0.00 90.0 95.0 100.0 105.0 110.0 DRY DENSITY AS MOLDED, PCF DRY DENSITY VERSUS CBR (ASTM D 1883) Geotest Engineering, Inc. 115.0 120.0 FIGURE B -38b 568 5.7 0 15 12.5 2.5 0 - Total EffectiveIN . � : 9999 99GHIME� ffin ... NOR ...... 0.36 0.51 G : ■:. Cad; ....'99.9::■.9■99EEE■ 9.: � �.:::■ "■■■ :C::'::C:: G':CGGCCA2.:G::CAd iCG ::::::G : .�G.■.■. :......•��-�-----•9... .. OMNI ::�::_::�: Hill E 9 9 I PW:'E9:EG1EE9E0 : E:llso ....■. SEEMS= ■■■C ..■C■■■■■...P..�MMINAM:■C'.■. ....... .. .... M■■■■■■ SSSS ■■■■�✓�.��.��sa�■■■■ ■■■M■■■■■■■■■■ ■■ ■a■■■ NAMES EMENEMEM ON OWN�eillm%lmlimmmmmmmml1 MEN iirIU0Ni"rNIANO NE MMO�iA■ ,.v'.M1 0 ESA �GA ENMEREM:=illhCG:�MENE SOME so IG■ iiffir ■ .i.:.►.■.IM1:.:.M1. � Axial Strain, % Total Normal Stress, ksf Effective Normal Stress, ksf - - - 40 Sample No. Water Content, Dry Density, pcf Saturation, 'E Void Ratio Diameter, in. 3 Height, in. Water Content, N Dry Density, pcf Saturation, 7 Q Void Ratio 2 Diameter, in. Height, in. Strain rate, in./min. Back Pressure, ksf Cell Pressure, ksf Fail. Stress, ksf Total Pore Pr., ksf Ult. Stress, ksf Total Pore Pr., ksf Type of Test: 61 Failure, ksf CU with Pore Pressures a, Failure, ksf Sample Type: UNDISTURBED Description: Yellowish brown and gray sandy clay LL= 38 PL= 18 P1= 20 Specific Gravity= 2.68 Remarks: ASTM D4767 Method B, Moisture ASTM D2216, LL and PL ASTM D4318, Imitial Water Content from Trimming, Specific Gravity ASTM D854 Client: Freese and Nichols 1 2 3 16.4 16.5 16.7 114.8 115.3 114.1 96.3 98.1 96.0 0.4571 0.4509 0.4661 1.47 1.49 1.49 2.98 2.95 2.96 19.1 17.3 17.6 110.7 114.2 113.7 100.0 100.0 100.0 0.5114 0.4648 0.4714 1.50 1.50 1.50 2.96 2.92 2.92 0.01 0.01 0.01 6.91 6.91 6.19 8.06 9.22 10.80 3.38 4.12 6.60 6.55 6.41 7.20 3.38 4.12 6.60 6.55 6.41 7.20 4.89 6.93 10.20 1.51 2.81 3.60 Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -69 Depth: 6.5'-8' Sample Number: S-4 Proj. No.: 1140215001 Date: 03/17/2016 TRIAXIAL SHEAR TEST REPORT GEOTEST ENGINEERING, INC. "':" "5569 10 I 8 II 6 in w Go 2 U) � � Y a. (D `0 4 o io 0 2 0 0% 20% 40% 1 i i � I Total Effective I i 10 8 m 1 6 =3 N NCn 0 � � Y 11 `0 4 w o ca 0- '> FU (D —0 0 2 F- 0 9 6 3 0 3 \ � NI 0% 20% 40% 10 I 8 II 6 �- aa) V) C Y CI (75 a) 0 4 o m E"> wo 0 2 0 10 8 a) 1 6 7 0 (n N w a) D_ 0 4 o Zo C '> is m w� 0 2 H 2 Total Effective i 0% 20% 40% Peak Strength Total Effective a= 0.571 ksf 0.154 ksf --------�--- ---� — --+ a= 18.9 deg 24.6 deg tan a= 0.34 0.46 I �I I I I l r i n 7 b 6 R 1n 12 p, ksf Stress Paths: Total Effective — — — Client: Freese and Nichols Project: McHarad Road. City of Pearland, Texas Source of Sample: GB -69 Depth: 6.5'-8' Sample Number: S-4 Project No.: 1140215001 GEOTEST ENGINEERING, INC. FIGUKt ti-saIS70 9 6 Y 3 0 , -. Total i Effective �C■■ noon 0,�� Q�IQQ �Q1.11 CICC.Q !son"■11MMQ■.000Q.■■�Q��■ ■■■■.■■ . ■■. . .■ Q :000CCCQC QCQ'QCQC : CQQ:� ' �Q..Q� .... '. QQ■■■Q.�.■Q■Q� ��CQQQ .. : . 'QCQQ :C�II::QIQQIQQC��CQa 'Q"l-'.i�ij� QCQQ'Q'Q:':::� OEM OMEN .■■ ■■■ C Q..��.C..000��"QC'QQQ9•'•� QQQQ.QQQQQQCQ 000QQ■QQQQQQQQeQM2■•moi%!mime ■.0 ... ■■■■ ■ ■. :C:Q���:o ■norm Ml0!MM;W-1 on /■ MI■■■■.1■■■■Q!�An■■■.. . ■..•-.- ■ Q1��.�- ..ilCQIQ�QENE ::1ON*iLo 0?:=�CCQ.. CQQ� !noIME Q� IS Oil ■■■■■■■■■■■■■■■pli" CQQCQCCCCCi &MMM/ i.■■■■rui■QI■f1■■11�111■ :'��ii''■irrn ■'C�i1Q�11`T�\Q1 ��"■■■■■..n■ m� ,10%-q iQ �u■"■QCii Q 1�j Q.I■ OCFA'Q�i No 1 QQp IIMMI noon■ noon■.■ \ NEI Ciii,�QIQCQCQ �i■ ONE Ci■iiiMM QCCii. QiQ.iQ QMQQQQQQQQC '�QQQQQC ■■■■.WI1.■■■� C■■■■■. 1 . •noon noon ■■■■■■■■■ noon noon 3 NEEM■MMENEEMEN M■■■■■■■■■■■ Jt\■■■■■■■■■■ Water Content, 26.0 33.3 33.2 Dry Density, pcf 98.0 88.0 88.1 u- Saturation, 96.1 �''■■■ 97.0 Void Ratio noon noon 0.9354 O;�oroj■�m NEv 1.49 urs■■■■■■■■■■■■ 1.51 Height, in. iiiii■iiiiii 2.98 _ Water Content, 26.2 26.7 27.9 2 Dry Density, pcf 99.3 98.6 96.8 No 100.0 EIffli MEN1111 'mWEEMENMEN ME ■N 1 �:��■IN:MEM:S 0.7170 0.7306 0.7612 1 1 Axial Strain, % Type of Test: CU with Pore Pressures Sample Type: UNDISTURBED Description: Redish brown clay Total Normal Stress, ksf Effective Normal Stress, ksf - - - LL= 74 PL= 27 PI= 47 Specific Gravity= 2.73205 Remarks: ASTM D4767 Method B, Moisture ASTM D2216, LL and PL ASTM D4318, Imitial Water Content from Trimming, Specific Gravity ASTM D854 Client: Freese and Nichols Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -75 Depth: 13'-15' Sample Number: S-7 Proj. No.: 1140215001 Date: 03/20/2016 TRIAXIAL SHEAR TEST REPORT GEOTEST ENGINEERING, INC. FIGURE B�*, Sample No. 1 2 3 Water Content, 26.0 33.3 33.2 Dry Density, pcf 98.0 88.0 88.1 u- Saturation, 96.1 97.1 97.0 Void Ratio 0.7396 0.9377 0.9354 3 Diameter, in. 1.49 1.50 1.51 Height, in. 3.01 2.98 2.97 Water Content, 26.2 26.7 27.9 2 Dry Density, pcf 99.3 98.6 96.8 Saturation, 100.0 100.0 100.0 Void Ratio 0.7170 0.7306 0.7612 1 Q Diameter, in. 1.49 1.43 1.45 Height, in. 2.99 2.95 2.92 Strain rate, in./min. 0.01 0.01 0.01 Back Pressure, ksf 6.91 6.91 6.91 Cell Pressure, ksf 9.07 11.23 15.55 Fail. Stress, ksf 2.79 4.55 7.28 Total Pore Pr., ksf 7.14 7.75 9.79 Ult. Stress, ksf 2.79 4.55 7.28 Total Pore Pr., ksf 7.14 7.75 9.79 a, Failure, ksf 4.72 8.04 13.04 63 Failure, ksf 1.93 3.48 5.76 LL= 74 PL= 27 PI= 47 Specific Gravity= 2.73205 Remarks: ASTM D4767 Method B, Moisture ASTM D2216, LL and PL ASTM D4318, Imitial Water Content from Trimming, Specific Gravity ASTM D854 Client: Freese and Nichols Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -75 Depth: 13'-15' Sample Number: S-7 Proj. No.: 1140215001 Date: 03/20/2016 TRIAXIAL SHEAR TEST REPORT GEOTEST ENGINEERING, INC. FIGURE B�*, 12.5 10 a� 7.5 N N (D � Y a) `0 5 OM CL '> FO a) ooF2.5 0 0% 20% 40% 12.5 3 I 10 -rl w 7.5 NN (n 2 N 6 Y IL 0 5 oM CL '> Ta a) Y �0 2.5 0 6 4 U) Y Cr 2 0 12.5 10 N N 7.5 N N � Q. `0 5 o M d '> F- 2.5 12.5 10 7.5 N N w N Y D_ o 5 0 m 0- '> a) Y Q 0 2.5 1 40% Peak Strength i I 0% 20% 40% 12.5 3 I 10 -rl w 7.5 NN (n 2 N 6 Y IL 0 5 oM CL '> Ta a) Y �0 2.5 0 6 4 U) Y Cr 2 0 12.5 10 N N 7.5 N N � Q. `0 5 o M d '> F- 2.5 12.5 10 7.5 N N w N Y D_ o 5 0 m 0- '> a) Y Q 0 2.5 1 40% Peak Strength I Total Effective a= 0.530 ksf 0.158 ksf --- i - — --- - a= 14.3 deg 20.3 deg / tan a= 0.26 0.37 i - Arl C, } n 3 e 9 12 15 8 p, ksf Stress Paths: Total Effective — — — Client: Freese and Nichols Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -75 Depth: 13'-15' Sample Number: S-7 Project No.: 1140215001 GEOTEST ENGINEERING, INC. H(3UHB B-4572 3 2 Y N N 6 5 1 Total Normal Stress, ksf Effective Normal Stress, ksf --- 6 -- 0 10 20 30 40 Axial Strain, % Sample No. Water Content, Dry Density, pcf Saturation, Void Ratio Diameter, in. Height, in. 2 Water Content, 3 N Dry Density, pcf (D Saturation, 1 Q Void Ratio Diameter, in. Height, in. Strain rate, in./min. Back Pressure, ksf Cell Pressure, ksf Fail. Stress, ksf Total Pore Pr., ksf Ult. Stress, ksf Total Pore Pr., ksf Er Failure ksf Type of Test: ' ' CU with Pore Pressures U3 Failure, ksf Sample Type: UNDISTURBED Description: Gray Clay LL= 64 PL= 23 P1= 41 Specific Gravity= 2.72073 Remarks: ASTM D4767 Method B, Moisture ASTM D2216, LL and PL ASTM D4318, Imitial Water Content from Trimming, Specific Gravity ASTM D854 Client: Freese and Nichols 1 Total '�; Effective 0.145 22.4 23.0 22.2 102.6 101.2 100.6 93.0 92.2 87.7 0.6560 0.6780 0.6876 1.47 1.48 1.51 „... 3.01 3.00 24.7 24.2 23.4 101.6 102.4 103.7 100.0 100.0 ,. E 0.6579 0.6371 1.48 1.48 1.49 E�Eil9 ■ 2.96 E 0.01 ■ 5.616 6.192 6.192 N■ E: EE P! NEI E i r■ ■■E■�ME■O a■ 1.906 �E?,�:INIV■■ 3.120 _ __.� ■■1PI 6.480 1.906 EEEEE EEE1MMP*-�_�.�;�=�aaa. 5.069 ■ire. 6.480 ■ ■ EIN 5.136 .....E.E. 1 'EEE: EESam 1.685 ■E E�EEC:D:. EEEEE`�• E■INS ■■■■N�■0 ■■■ 1110- a fi/J.��..... on .O..E.E. �CE.. ■■.■■■■E.... ��2�/�wi� /■.N■■...E....0■ E �:i :EES::EEE��:::EliE:: � - mmovmE■EEE.EE�f:E1 ���� ■�/�■MCE ■E 's3�`i Aa AIEEEE:: Ci!MENEE("NaE.a LlogEE SuomiE■,3 : MEN C�EEE 0:EaE■"1111 ■■ =ME I ::EE0 �0 ENS . � ■E ;:E E. Total Normal Stress, ksf Effective Normal Stress, ksf --- 6 -- 0 10 20 30 40 Axial Strain, % Sample No. Water Content, Dry Density, pcf Saturation, Void Ratio Diameter, in. Height, in. 2 Water Content, 3 N Dry Density, pcf (D Saturation, 1 Q Void Ratio Diameter, in. Height, in. Strain rate, in./min. Back Pressure, ksf Cell Pressure, ksf Fail. Stress, ksf Total Pore Pr., ksf Ult. Stress, ksf Total Pore Pr., ksf Er Failure ksf Type of Test: ' ' CU with Pore Pressures U3 Failure, ksf Sample Type: UNDISTURBED Description: Gray Clay LL= 64 PL= 23 P1= 41 Specific Gravity= 2.72073 Remarks: ASTM D4767 Method B, Moisture ASTM D2216, LL and PL ASTM D4318, Imitial Water Content from Trimming, Specific Gravity ASTM D854 Client: Freese and Nichols 1 2 3 22.4 23.0 22.2 102.6 101.2 100.6 93.0 92.2 87.7 0.6560 0.6780 0.6876 1.47 1.48 1.51 3.00 3.01 3.00 24.7 24.2 23.4 101.6 102.4 103.7 100.0 100.0 100.0 0.6711 0.6579 0.6371 1.48 1.48 1.49 2.98 2.98 2.96 0.01 0.01 0.01 5.616 6.192 6.192 6.192 7.344 8.496 1.906 2.533 3.120 5.069 5.659 6.480 1.906 2.533 3.120 5.069 5.659 6.480 3.030 4.217 5.136 1.123 1.685 2.016 Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -79 Depth: 2'-4' Sample Number: S-2 Proj. No.: 1140215001 Date: 05/17/2016 TRIAXIAL SHEAR TEST REPORT GEOTEST ENGINEERING, INC. FIGURE %IV3 10 I 8 II 6 V)W w N N IL a) 0 4 o 76 IL '> To a) 0 2 I- 10 8 1 6 (n N N N N Y � 0 4 o .M o -0 0 2 3 6 Y Cr 1 0 40% 10 I 8 II 6 U)4) � 4) Y m 0 4 0 0 o_ '> 0 0 2 I- 10 8 T 1 6 7 N to to w V) (D N &Y 0_ 0 4 O m CL '> Y 0 2 0% Peak Strength Total Effective ' a= 0.566 ksf 0.124 ksf--- a= 14.5 deg 21.8 deg tan a= 0.26 0.40 i i mai I 0 0.8 1.6 2.4 3.2 4 4.8 p, ksf Stress Paths: Total Effective — — — Client: Freese and Nichols Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -79 Depth: 2'-4' Sample Number: S-2 Project No.: 1140215001 GEOTEST ENGINEERING, INC. FIGURE b-41574 V 12.5 Y 10 tO 7.5 0 cu Q) 5 2.5 0 Axial Strain, % Type of Test: CU with Pore Pressures Sample Type: UNDISTURBED Description: Grayish brown sandy clay Total Normal Stress, ksf Effective Normal Stress, ksf - - - Sample No. 1 2 ■ ■■1■ ■■■■ 10A Water Content, 18.0 18.2 ■■ 11111101111111 o go MMrill20.9 lEWMM1 lill0.49 Dry Density, pcf 109.6 26.0 109.4 3 .@ Saturation, 91.8 MEMEMM Void Ratio 0.5270 0.5306 0.5289 Fun-..teate Diameter, in. EE.1 EEEm_mu-ima■ m I' : WIN Height, in. :: ■� ' M low ONE ql 11111111:::E � III�::.. 111111I :: I■,1:::0111::::h . . ON EE■:■■E■■■■�.!:.. ONE NNW .LimE:�:::: E MM .... : El ::::::=�::. ■::■■ :■■E■ 100.0 WA:!...:..:EE■�;:. �� ... ......�E:.. ... ■■:.::v ■E::::aJAio Void Ratio WA FR a EE1EEE:EE�EME�:E9■.■..■.: .■l■..■..■.■..■.::■■JI'lilm..■ ::::■■/!4 E!mEE:11111HUMIMP""o gmIN : E :111011100 .ll.,1 , 1.56 1.53 1.50 12.5 Y 10 tO 7.5 0 cu Q) 5 2.5 0 Axial Strain, % Type of Test: CU with Pore Pressures Sample Type: UNDISTURBED Description: Grayish brown sandy clay Total Normal Stress, ksf Effective Normal Stress, ksf - - - Sample No. 1 2 3 Water Content, 18.0 18.2 18.1 Dry Density, pcf 109.6 109.3 109.4 3 .@ Saturation, 91.8 91.9 91.7 Void Ratio 0.5270 0.5306 0.5289 Diameter, in. 1.54 1.50 1.51 Height, in. 3.01 3.00 3.00 Water Content, 21.1 21.4 18.5 Dry Density, pcf 106.9 106.3 111.8 Saturation, 100.0 100.0 100.0 Void Ratio 0.5653 0.5742 0.4965 2 Q Diameter, in. 1.56 1.53 1.50 Height, in. 2.99 2.98 2.96 1 Strain rate, in./min. 0.01 0.01 0.01 Back Pressure, ksf 5.47 5.47 6.19 Cell Pressure, ksf 6.91 8.35 11.95 Fail. Stress, ksf 2.75 4.32 7.55 Total Pore Pr., ksf 5.40 5.90 7.37 Ult. Stress, ksf 2.75 4.32 7.55 Total Pore Pr., ksf 5.40 5.90 7.37 a, Failure, ksf 4.27 6.77 12.13 a3 Failure, ksf 1.51 2.45 4.58 LL= 44 PL= 19 P1= 25 Specific Gravity= 2.68 Remarks: ASTM D4767 Method B, Moisture ASTM D2216, LL and PL ASTM D4318, Imitial Water Content from Trimming, Specific Gravity ASTM D854 I IClient: Freese and Nichols 11 Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -80 Depth: 8'-10' Sample Number: S-5 Proj. No.: 1140215001 Date: 05/11/2016 TRIAXIAL SHEAR TEST REPORT GEOTEST ENGINEERING, INC. FIGURE B -P5 15 12 9 :3 U) (�(n Y CL a� 0 6 `o is IL '5; N 0 3 15 12 m 1 9 7 N w CL CL C Y m `0 6 o "m a> m m 0 3 H Y 9 r. 3 0 31 15 12 N 9 CL ) `0 6 o m CL '> f9 N 0 3 15 12 a I 9 N v- a� 0 6 `o m a '> To 0 0 3 H Peak Strength Total Effective I a= 0.365 ksf 0.125 ksf a= 19.7 deg 23.6 deg y tan a= 0.36 0.44 i i 0 1 --- 6 9 12 15 18 p, ksf Stress Paths: Total Effective Client: Freese and Nichols Project: McHarad Road, City of Pearland, Texas Source of Sample: GB -80 Depth: 8'-10' Sample Number: S-5 Project No.: 1140215001 GEOTEST ENGINEERING, INC. riUuKt b-4!376 Project : McHard Road Boring No: GB -70 Sample Description: PERMEABILITY LABORATORY TEST DATA (ASTM D-5084) Sample No. 3 Gray and brown Sandy Clay (CL) Before Test Length(cm), L: 7.5 Diameter (cm): 7.0 Wet Weight(gm): 590.7 Area(cm ), A: 38.3 Volume(cc): 286.6 Water Content (%): 22.2 Dry Unit Weight (Pcf): 106.6 Permeation Data After Test Length(cm): 7.5 Diameter (cm): 7.1 Wet Weight(gm): 596.3 Area(cm ): 39.4 Volume(cc): 296.4 Water Content (%): 24.2 Saturation (%): 100 Depth(ft): 3-5 Job No: Specimen: Tested by: Hydraulic Gradient: 7.52 Cell Pressure(psi): 40.3 Base Pressure (psi) 38 Top Pressure(psi): 37.2 Test Method: C Cross-sectional Area of inlet/outlet, a (cm2): 0.189 1140215001 Undisturbed 7N Trial Date Elapsed Time, At (sec) Temperature, T ('c) Initial Head, h, (cm) Final Head, h2 (cm) Hydraulic Conductivity (K) at T (cm/sec) K=[(a*L)/(2*A*At)] * In(h1/h2) Hydraulic Conductivity at 20 °C (cm/sec) 1 04/13/2016 7200 23.4 56.27 53.63 1.24 X 10 1.23 X 10 2 04/13/2016 7200 23.4 53.63 51.09 1.25 X 10 1.25 X 10 3 04/13/2016 7200 23.4 51.09 48.97 1.09 X 10 1.09 X 10- 4 04/13/2016 7200 23.4 48.97 46.96 1.08 X 10 1.08 X 10 5 04/14/2016 57600 23.4 46.96 33.52 1.08 X 10 1.08 X 10 Average Hydraulic Conductivity K20 1.15 X 10 Geotest Engineering, Inc. 01 v V FIGURE B-43 Project : McHard Road Boring No: GB -78 Sample Description: PERMEABILITY LABORATORY TEST DATA (ASTM D-5084) Sample No. 4 Yellowish gray and brown Sandy Clay Before Test Length(cm), L: 7.0 Diameter (cm): 7.0 Wet Weight(gm): 560.2 Area(cm ), A: 38.0 Volume(cc): 266.5 Water Content (%): 17.3 Dry Unit Weight (Pcf): 111.9 Permeation Data After Test Length(cm): 7.1 Diameter (cm): 7.1 Wet Weight(gm): 569.5 Area(cm ): 39.6 Volume(cc): 282.2 Water Content (%): 19.2 Saturation (%): 100 Depth(ft): 6.5-8 Job No: Specimen: Tested by: Hydraulic Gradient: 6.02 Cell Pressure(psi): 52.1 Base Pressure (psi) 48 Top Pressure(psi): 47.4 Test Method: C Cross-sectional Area of inlet/outlet, a (cm2): 0.189 1140215001 Undisturbed Trial Date Elapsed Time, At (sec) Temperature, T ('c) Initial Head, h, (cm) Final Head, h2 (cm) Hydraulic Conductivity (K) at T (cm/sec) K=[(a*L)/(2*A*At)] * In(hl/h2) Hydraulic Conductivity at 20 °C (cm/sec) 1 03/24/2016 7200 23.4 42.20 30.56 7.80 X 10 7.80 X 10 2 03/24/2016 7200 23.4 30.56 20.93 9.15 X 10-'9.14 X 10" 3 03/24/2016 7200 23.4 20.93 15.96 6.55 X 10" 6.55 X 10 4 03/24/2016 7200 23.4 15.96 13.95 3.25 X 10" 3.25 X 10 5 03/25/2016 57600 23.4 13.95 9.50 1.16 X 10" 1.16 X 10 Average Hydraulic Conductivity K20 5.58 X 10" Geotest Engineering, Inc. N v co FIGURE B-44 Project : McHard Road Boring No: GB -83 Sample Description: PERMEABILITY LABORATORY TEST DATA (ASTM D-5084) Sample No. 3 Yellowish gray and brown Sandy Clay Before Test Length(cm), L: 7.0 Diameter (cm): 7.0 Wet Weight(gm): 582.51 Area(cm ), A: 38.5 Volume(cc): 270.9 Water Content (%): 16.4 Dry Unit Weight (Pcf): 115.3 Permeation Data After Test Length(cm): 7.2 Diameter (cm): 7.1 Wet Weight(gm): 603.7 Area(cm ): 39.9 Volume(cc): 286.8 Water Content (%): 20.9 r--7Saturation (%): 100 Depth(ft): 4-5 Job No: Specimen: Tested by: Hydraulic Gradient: 11.0 Cell Pressure(psi): 56.2 Base Pressure (psi) 53 Top Pressure(psi): 51.9 Test Method: C Cross-sectional Area of inlet/outlet, a (cm2): 0.189 1140215001 Undisturbed Trial Date Elapsed Time, At (sec) Temperature, T (c) Initial Head, h, (cm) Final Head, h2 (cm) Hydraulic Conductivity (K) at T (cm/sec) K=[(a*L)/(2*A*At)] * In(h,/h2) Hydraulic Conductivity at 20 °C (cm/sec) 1 04/13/2016 7200 23.4 77.37 76.31 3.29 X 10 3.29 X 10 2 04/13/2016 7200 23.4 76.31 74.52 5.66 X 10 5.66 X 10 3 04/13/2016 7200 23.4 74.52 72.61 6.20 X 10-"6.16 X 10 4 04/13/2016 7200 23.4 72.61 70.92 5.62 X 10-"5.62 X 10 5 04/14/2016 57600 23.4 70.92 58.75 5.62 X 10 5.61 X 10 Average Hydraulic Conductivity K20 5.27 X 10 Geotest Engineering, Inc. V tC FIGURE B-45 Report No. 1140215001 ** TEST REPORT, PINHOLE TESTS, (ASTMD4647 - METHOD A) Note: Pinhole Test - Dl, D2 = Dispersive clays that fail rapidly under 2 -inch head. ND4, ND3 = Dispersive clays that erode slowly under 7 or 15 -inch head. ND2, ND I = Nondispersive clay with very slight to no colloidal erosion under 40 -inch head. Geotest Engineering, Inc. PINHOLE TEST McHard Road O FIGURE B 46 ZAGeotechnical Jobs\1 1402 1500 1 -City of Pearland McHard Road Expansion\Pinhole\l 140215001.x1s PINHOLE Boring No. GB -71 GB -76 GB -80 GB -84 Sample No. S-5 S-3 S-3 S-4 Depth (ft) 8-10 4-5 4-5 6.5-8 Visual Classification Sandy clay Gray and brown Sandy clay Yellowish gray and brown Sandy clay Gray and brown Sandy clay Yellowish gray and brown Medium stiff to very stiff Medium stiff to stiff Stiff Very stiff Compaction Method N/A N/A N/A N/A Water Content 22 21 19 14 Unit Dry Weight (pcf) 107 110 113 121 Hydraulic Head (in) 40 40 40 7 Rate of Flow (ml/sec) 3.57 3.33 2.44 2.78 Turbidity Slighty Dark Barely visible Completely Clear Slighty Dark Length of Test (min) 5 5 5 5 Hole Size at End of Test 0.04 in 0.04 in 0.04 in 0.04 in Classification ND 2 ND 2 ND 1 ND 3 Note: Pinhole Test - Dl, D2 = Dispersive clays that fail rapidly under 2 -inch head. ND4, ND3 = Dispersive clays that erode slowly under 7 or 15 -inch head. ND2, ND I = Nondispersive clay with very slight to no colloidal erosion under 40 -inch head. Geotest Engineering, Inc. PINHOLE TEST McHard Road O FIGURE B 46 ZAGeotechnical Jobs\1 1402 1500 1 -City of Pearland McHard Road Expansion\Pinhole\l 140215001.x1s APPENDIX C Figure WinCore Soil Strength Analysis — Drilled Shaft Design ....................................... C-1 thru C-7 WinCore Soil Strength Analysis — Piling Design .................................................. C-8 thru C-14 581 ��Tm+ia W inCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 51.3 48.3 48.3 39.8 39.8 26.3 26.3 19.8 19.8 18.3 18.3 14.8 TCP Unit Friction 0.00 0.09 0.21 0.32 0.00 0.31 TAT SOIL STRENGTH ANALYSIS Degrees County Brazoria Hole GB -49 District Houston Highway McHard Road Structure Traffic Signals Modification Date 1-6-16 Control 0912-31-290 Station 0+84.4 Grnd. Elev. 51.30 ft 0 0.0 Offset 31.6' RT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 51.3 48.3 48.3 39.8 39.8 26.3 26.3 19.8 19.8 18.3 18.3 14.8 TCP Unit Friction 0.00 0.09 0.21 0.32 0.00 0.31 TAT TAT Phi Cohesion Degrees (PSF) 5.55 0 0.0 792 0.0 1849 0.0 3528 0.0 1296 0.0 0 0.0 Soil reduction factor of 0.7 applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.14 1.18 0.32 5.55 0.62 9.56 0.23 9.90 0.31 11.13 FIGURE C-1 SAGeotechnical Jobs\1140215001-City of Peadand McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer -Traffic Signals_GB49.56.58,60.62,64.68,CLG 582 TAT Values Preferentially Used Soil reduction factor of 0.7 applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative SOIL STRENGTH ANALYSIS Friction Cohesion WinCore Friction Friction From To Version 3.1 County Brazoria Hole GB -56 District Houston 50.1 Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 0.00 Control 0912-31-290 Station 58+00.00 Grnd. Elev. 50.10 ft 22.6 0.16 2.27 Offset 10' RT GW Elev. N/A TAT Values Preferentially Used Soil reduction factor of 0.7 applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. (Feet) Friction Cohesion Degrees Friction Friction From To (PSF) (TSF) (T/F) 1 50.1 48.6 0.00 0 0.0 0.00 0.00 2 48.6 35.1 0.12 672 22.6 0.16 2.27 3 35.1 23.6 0.21 1944 0.0 0.34 6.19 4 23.6 21.1 0.00 4464 0.0 0.78 8.14 5 21.1 17.1 0.34 0 0.0 0.34 9.49 6 17.1 15.1 0.00 504 0.0 0.09 9.67 7 15.1 13.6 0.41 0 0.0 0.41 10.49 FIGURE C-2 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road ExpansiomWinCore Design\1140215001_Roadway_Storm Sewer -Traffic Signals G849.56.58,60.62.64.68.CLG 583 WinCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 50 48.8 48.8 39 39 37 37 27 27 20 20 13.5 TCP Unit Friction 0.00 0.15 0.00 0.20 0.35 0.31 TAT SOIL STRENGTH ANALYSIS Degrees (PSF) County Brazoria Hole GB -58 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-15 Control 0912-31-290 Station 78+09.3 Grnd. Elev. 50.00 ft Offset 9.9' LT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 50 48.8 48.8 39 39 37 37 27 27 20 20 13.5 TCP Unit Friction 0.00 0.15 0.00 0.20 0.35 0.31 TAT TAT Phi Cohesion Degrees (PSF) 3.19 0 0.0 1288 16.6 1800 0.0 1512 0.0 1161 6.0 1224 0.0 Soil reduction factor of 0.7 applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.25 2.56 0.32 3.19 0.26 5.83 0.24 7.51 0.21 9.01 FIGURE C-3 S^,Geotechnical Jobs\1140215001•City of Pearland McHard Road Expansion\WinCore De sign\ 1 140215001_Roadway_StormSewer_Traflic Signals_G849.56,58.60.62.64.68.CLG 584 WinCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 50 48.5 48.5 33.5 33.5 28.5 28.5 20 20 17 17 13.5 TCP Unit Friction 0.00 0.11 0.49 0.43 0.35 0.23 TAT TAT Phi Cohesion Degrees (PSF) 0 SOIL STRENGTH ANALYSIS 8.3 2808 County Brazoria Hole GB -60 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 Control 0912-31-290 Station 98+36.9 Grnd. Elev. 50.00 ft Offset 12' LT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 50 48.5 48.5 33.5 33.5 28.5 28.5 20 20 17 17 13.5 TCP Unit Friction 0.00 0.11 0.49 0.43 0.35 0.23 TAT TAT Phi Cohesion Degrees (PSF) 0 0.0 700 8.3 2808 0.0 1692 0.0 0 0.0 864 0.0 Soil reduction factor of 0.7 applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.14 2.13 0.49 4.59 0.30 7.10 0.35 8.15 0.15 8.76 FIGURE C-4 SAGeotechnical Jobs\1140215001-City of Pea0and McHard Road ExpansionMinCore Design\1140215001_Roadway Storm Sewer -Traffic Signals_GS49,56.58,60.62,64.68.CLG 585 FIGURE C-5 S?Geotechnical Jobs\1140215001-City of Pearl and McHard Road Expansion\WinCore 0esi9n\1140215001_Roadway_Storm Sewer_Trallic Signals_GB49,56,58.60.62.64,68.CLG 586 SOIL STRENGTH ANALYSIS WinCore Version 3.1 County Brazoria Hole GB -62 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 118+00.8 Grnd. Elev. 48.90 ft Offset 15.9' LT GW Elev. N/A TAT Values Preferentially Used Soil reduction factor of 0.7 applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. (Feet) Friction Cohesion Degrees Friction Friction From To (PSF) (TSF) (T/F) 1 48.9 46.4 0.00 0 0.0 0.00 0.00 2 46.4 43.9 0.00 1728 0.0 0.30 0.76 3 43.9 42.4 0.10 0 0.0 0.10 0.90 4 42.4 38.9 0.00 1296 0.0 0.23 1.70 5 38.9 37.4 0.08 0 0.0 0.08 1.82 6 37.4 33.9 0.00 2016 0.0 0.35 3.05 7 33.9 32.4 0.15 0 0.0 0.15 3.28 8 32.4 28.9 0.00 2016 0.0 0.35 4.52 9 28.9 27.4 0.14 0 0.0 0.14 4.73 10 27.4 23.9 0.00 2088 0.0 0.37 6.01 11 23.9 22.4 0.20 0 0.0 0.20 6.30 12 22.4 17.4 0.44 2952 0.0 0.52 8.89 13 17.4 15.9 0.00 2952 0.0 0.52 9.66 14 15.9 12.4 0.88 0 0.0 0.88 13.16 FIGURE C-5 S?Geotechnical Jobs\1140215001-City of Pearl and McHard Road Expansion\WinCore 0esi9n\1140215001_Roadway_Storm Sewer_Trallic Signals_GB49,56,58.60.62.64,68.CLG 586 SOIL STRENGTH ANALYSIS W inCore Elev. TCP Unit TAT Version 3.1 County Brazoria Hole GB -64 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 Control 0912-31-290 Station 139+39.9 Grnd. Elev. 47.30 ft Offset 10.1' RT GW Elev. N/A TAT Values Preferentially Used Soil reduction factor of 0.7 applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. (Feet) Friction Cohesion Degrees Friction Friction From To (PSF) (TSF) (T/F) 1 47.3 45.9 0.00 0 0.0 0.00 0.00 2 45.9 44.3 0.00 648 0.0 0.11 0.17 3 44.3 41.3 0.13 0 0.0 0.13 0.55 4 41.3 37.3 0.00 2088 0.0 0.37 2.01 5 37.3 35.8 0.16 0 0.0 0.16 2.25 6 35.8 24.3 0.20 1368 0.0 0.24 5.01 7 24.3 17.3 0.23 2052 0.0 0.36 7.52 8 17.3 14.3 0.29 1152 0.0 0.20 8.13 9 14.3 10.8 0.42 0 0.0 0.42 9.81 FIGURE C-6 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore De sign\ 1140215001_Roadway_Storm Sewer -Traffic Signals_ GB49.56.58.60,62.64,68.CLG 587 �IIE , W inCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 Elev. (Feet) From To 44.7 42.7 42.7 26.7 26.7 11.7 11.7 8.2 TCP Unit Friction 0.00 0.21 0.31 0.66 TAT SOIL STRENGTH ANALYSIS Degrees (PSF) County Brazoria Hole GB -68 District Houston Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Control 0912-31-290 Station 181+20.2 Grnd. Elev. 44.70 ft Offset 15.3' RT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 Elev. (Feet) From To 44.7 42.7 42.7 26.7 26.7 11.7 11.7 8.2 TCP Unit Friction 0.00 0.21 0.31 0.66 TAT TAT Phi Cohesion Degrees (PSF) 0.00 0 0.0 1632 0.0 1824 0.0 3528 0.0 Soil reduction factor of 0.7 applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.29 4.57 0.32 9.36 0.62 11.83 FIGURE C-7 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer_Traffic Signals_GB49,56.58,60.62,64.68.CLG 588 SOIL STRENGTH ANALYSIS WinCore Elev. TCP Unit TAT Version 3.1 County Brazoria Hole GB -49 District Houston Highway McHard Road Structure Traffic Signals Modification Date 1-6-16 Control 0912-31-290 Station 0+84.4 Grnd. Elev. 51.30 ft Offset 31.6' RT GW Elev. N/A TAT Values Preferentially Used Skin Friction Limit = 1.25 tsf No soil reduction factor applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. (Feet) Friction Cohesion Degrees Friction Friction From To (PSF) (TSF) (T/F) 1 51.3 48.3 0.00 0 0.0 0.00 0.00 2 48.3 39.8 0.13 792 0.0 0.20 1.68 3 39.8 26.3 0.30 1849 0.0 0.46 7.92 4 26.3 19.8 0.45 3528 0.0 0.88 13.66 5 19.8 18.3 0.00 1296 0.0 0.32 14.14 6 18.3 14.8 0.44 0 0.0 0.44 15.90 FIGURE C-8 SAGeotechnical Jobs\1 140215001 -City of Peadand McHard Road Expansion\WinCore Design\1140215001_Roadway_Slorm Sewer -Traffic Signals_GB49.56.58,60.62.64.68.CLG 589 WinCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 7 Elev. (Feet) From To 50.1 48.6 48.6 35.1 35.1 23.6 23.6 21.1 21.1 17.1 17.1 15.1 15.1 13.6 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.17 0.31 0.00 0.48 0.00 0.58 TAT SOIL STRENGTH ANALYSIS Degrees (PSF) County Brazoria Hole GB -56 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 58+00.00 Grnd. Elev. 50.10 ft Offset 10' RT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 7 Elev. (Feet) From To 50.1 48.6 48.6 35.1 35.1 23.6 23.6 21.1 21.1 17.1 17.1 15.1 15.1 13.6 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.17 0.31 0.00 0.48 0.00 0.58 TAT TAT Phi Cohesion Degrees (PSF) 8.84 0 0.0 672 22.6 1944 0.0 4464 0.0 0 0.0 504 0.0 0 0.0 No soil reduction factor applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.23 3.25 0.49 8.84 1.12 11.63 0.48 13.56 0.13 13.81 0.58 14.98 FIGURE C-9 SAGeotechnical Jobst/ 140215001 -City of Pearland McHard Road Expansion\WinCore Design', 140215001 -Roadway -Storm Sewer -Traffic Signals_GB49.56.58,60,62,64,68.CLG 590 TAT Values Preferentially Used Skin Friction Limit = 1.25 tsf No soil reduction factor applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. SOIL STRENGTH ANALYSIS Cohesion Degrees WinCore Friction From To (PSF) Version 3.1 County Brazoria Hole GB -58 District Houston 0 Highway McHard Road Structure Roadway/Storm Sewer Date 1-7-15 0.22 Control 0912-31-290 Station 78+09.3 Grnd. Elev. 50.00 ft 39 37 0.00 1800 Offset 9.9' LT GW Elev. N/A TAT Values Preferentially Used Skin Friction Limit = 1.25 tsf No soil reduction factor applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. (Feet) Friction Cohesion Degrees Friction Friction From To (PSF) (TSF) (T/F) 1 50 48.8 0.00 0 0.0 0.00 0.00 2 48.8 39 0.22 1288 16.6 0.36 3.65 3 39 37 0.00 1800 0.0 0.45 4.55 4 37 27 0.29 1512 0.0 0.38 8.33 5 27 20 0.50 1161 6.0 0.34 10.72 6 20 13.5 0.44 1224 0.0 0.31 12.86 FIGURE C-10 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road ExpansionMinCore Design\1140215001_Roadway_Storm Sewer -Traffic Signals_GB49.56.58,60.62,64.68.CLG 591 if ., W inCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 50 48.5 48.5 33.5 33.5 28.5 28.5 20 20 17 17 13.5 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.15 0.70 0.62 0.50 0.33 TAT TAT Phi Cohesion Degrees (PSF) 0 SOIL STRENGTH ANALYSIS 8.3 2808 County Brazoria Hole GB -60 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-28-16 Control 0912-31-290 Station 98+36.9 Grnd. Elev. 50.00 ft Offset 12' LT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 Elev. (Feet) From To 50 48.5 48.5 33.5 33.5 28.5 28.5 20 20 17 17 13.5 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.15 0.70 0.62 0.50 0.33 TAT TAT Phi Cohesion Degrees (PSF) 0 0.0 700 8.3 2808 0.0 1692 0.0 0 0.0 864 0.0 No soil reduction factor applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.20 3.04 0.70 6.55 0.42 10.15 0.50 11.65 0.22 12.51 FIGURE C-11 SAGeotechnical Jobs\1140215001-City of Pearland McHard Road Expansion\WinCore Design\ 1140215001_Roadway_Storm Sewer_Tralfic Signals_GB49.56.58.60.62.64.68.CLG 592 FIGURE C-12 S:\Geolechnical Jobs\1140215001•City of Pearland McHard Road Expansion\WinCore Design\ 1140215001 -Roadway -Storm Sevier -Traffic Signals_GB49.56.58.60,62,64,68.CLG 593 SOIL STRENGTH ANALYSIS WinCore Version 3.1 County Brazoria Hole GB -62 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-11-16 Control 0912-31-290 Station 118+00.8 Grnd. Elev. 48.90 ft Offset 15.9' LT GW Elev. N/A TAT Values Preferentially Used Skin Friction Limit = 1.25 tsf No soil reduction factor applied Strata Elev. TCP Unit TAT TAT Phi TAT Unit Accumulative No. (Feet) Friction Cohesion Degrees Friction Friction From To (PSF) (TSF) (T/F) 1 48.9 46.4 0.00 0 0.0 0.00 0.00 2 46.4 43.9 0.00 1728 0.0 0.43 1.08 3 43.9 42.4 0.14 0 0.0 0.14 1.29 4 42.4 38.9 0.00 1296 0.0 0.32 2.42 5 38.9 37.4 0.12 0 0.0 0.12 2.60 6 37.4 33.9 0.00 2016 0.0 0.50 4.36 7 33.9 32.4 0.22 0 0.0 0.22 4.69 8 32.4 28.9 0.00 2016 0.0 0.50 6.45 9 28.9 27.4 0.20 0 0.0 0.20 6.75 10 27.4 23.9 0.00 2088 0.0 0.52 8.58 11 23.9 22.4 0.28 0 0.0 0.28 9.00 12 22.4 17.4 0.63 2952 0.0 0.74 12.69 13 17.4 15.9 0.00 2952 0.0 0.74 13.80 14 15.9 12.4 1.25 0 0.0 1.25 18.80 FIGURE C-12 S:\Geolechnical Jobs\1140215001•City of Pearland McHard Road Expansion\WinCore Design\ 1140215001 -Roadway -Storm Sevier -Traffic Signals_GB49.56.58.60,62,64,68.CLG 593 A�. W inCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 7 8 9 Elev. (Feet) From To 47.3 45.9 45.9 44.3 44.3 41.3 41.3 37.3 37.3 35.8 35.8 24.3 24.3 17.3 17.3 14.3 14.3 10.8 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.00 0.18 0.00 0.23 0.29 0.33 0.42 0.60 TAT TAT Phi Cohesion Degrees (PSF) 0 SOIL STRENGTH ANALYSIS 0.0 0 County Brazoria Hole GB -64 District Houston Highway McHard Road Structure Roadway/Storm Sewer Date 1-8-16 Control 0912-31-290 Station 139+39.9 Grnd. Elev. 47.30 ft Offset 10.1' RT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 5 6 7 8 9 Elev. (Feet) From To 47.3 45.9 45.9 44.3 44.3 41.3 41.3 37.3 37.3 35.8 35.8 24.3 24.3 17.3 17.3 14.3 14.3 10.8 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.00 0.18 0.00 0.23 0.29 0.33 0.42 0.60 TAT TAT Phi Cohesion Degrees (PSF) 0 0.0 648 0.0 0 0.0 2088 0.0 0 0.0 1368 0.0 2052 0.0 1152 0.0 0 0.0 No soil reduction factor applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.16 0.24 0.18 0.78 0.52 2.87 0.23 3.22 0.34 7.15 0.51 10.75 0.29 11.61 0.60 14.01 FIGURE C-13 SAGeotechnical Jobs\ 1140215001 -City of Pearland McHard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer -Traffic Signals_GB49.56,58.60,62.64.68.CLG 594 M�. 1 , W inCore Version 3.1 TAT Values Preferentially Used Strata No. 1 2 3 4 Elev. (Feet) From To 44.7 42.7 42.7 26.7 26.7 11.7 11.7 8.2 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.29 0.44 0.94 TAT SOIL STRENGTH ANALYSIS Degrees County Brazoria Hole GB -68 District Houston Highway McHard Road Structure Traffic Signals Modification Date 2-1-16 Control 0912-31-290 Station 181+20.2 Grnd. Elev. 44.70 ft Offset 15.3' RT GW Elev. N/A TAT Values Preferentially Used Strata No. 1 2 3 4 Elev. (Feet) From To 44.7 42.7 42.7 26.7 26.7 11.7 11.7 8.2 Skin Friction Limit = 1.25 tsf TCP Unit Friction 0.00 0.29 0.44 0.94 TAT TAT Phi Cohesion Degrees (PSF) 0.00 0 0.0 1632 0.0 1824 0.0 3528 0.0 No soil reduction factor applied TAT Unit Accumulative Friction Friction (TSF) (T/F) 0.00 0.00 0.41 6.53 0.46 13.37 0.88 16.90 FIGURE C-14 SAGeotechnical Jobs\1140215001-City of Pearland Mc Hard Road Expansion\WinCore Design\1140215001_Roadway_Storm Sewer—Traffic Signals_GB49.56.58,60,62,64,68.CLG 595 APPENDIX D Borings from Previous Study 596 LOG OF BORING NO. GB-1 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Peorland, Texas LOCATION N 13777864, E 3115623 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 52.21 FT. DATE : 12-12-12 w Z' ?� w w w = o } Ln SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. < WET ROTARY -- TO -- FT. w a o 0 za z ° 3 �O om <w N w 0�2 v a� a �o ao 3 w zd w ori �� 'o F � g j \ J U d 0 w z 9 S a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED-UNDRAINED TRIAXIAL COMPRESSION 0 TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 52.2 46.2 40.2 37.2 Stiff dark gray FAT CLAY (CH) w/ferrous nodules —w/grass roots 0'-2' —stiff to very stiff w/calcoreaus nodules and sand seams 4'-6 86 68 99 97 31 32 31 22 21 27 75 34 66 28 19 25 47 15 41 O Medium stiff to stiff brown and gray SANDY LEAN CLAY and(CL —w/calcareous nodules 6'-8' —medium stiff 8'-10' 1 Very stiff reddish brown FAT CLAY (CH) 1 2 25 3 35 DEPI•H TO WATER IN BORING Q : FREE WATER 1st ENCOUNTERED AT 15.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 11.2 FT. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. lr 4'U L('SL C.•/L(�. L'/Le E; /-L'/LC�� !lLl:. - 597 LOG OF BORING NO. GB -2 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13777924, E 3116379 COMPLETION DEPTH : 15.0 FT. See Plon of borings (Figure 2) SURFACE ELEVATION : 54.87 FT. DATE 12-12-12 W Z o E w W = w o N o q cn SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. J WET ROTARY -- TO -- FT, 0od\ aao wW wa a �o ow TSF zw n� CL �o zN C) aZ = ``=U za o N� OZ �W aUj 90 z j a o a o UNDRAINED SHEAR STRENGTH, O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION 0 TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 54.9 39.9 - Medium stiff to stiff dark gray FAT CLAY (CH) w/ferrous nodules —w/grass roots, calcareous nodules and shell fragments 0'-2' —stiff 2'-6' —slickensided w/colcareous nodules 6'-8' —yellowish brown and gray 6'— 10' —w/silt seams 8'-15' —stiff reddish brown 13'-15' 85 89 96 2t 26 21 27 33 61 63 24 24 i 37 39 O C11 ZN 1 15-1-124 2 25 3G- 35 35DEPTH DEPTH TO WATER IN BORING Q : FREE WATER 1st ENCOUNTERED AT 15.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 11.2 FT. HOLE OPEN TO 15.0 FT, AT END OF DRILLING, V U V 598 LOG OF BORING NO. GB -3 (GB -3P) PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO.: 1140185901 City of Pearlond, Texas LOCATION N 13777928, E 3116954 COMPLETION DEPTH : 40.0 FT. See Plan of Borinys (Figure 2) SURFACE ELEVATION : 53.86 FT. DATE 12-12-12 SAMPLER : Shelby Tube/Split Spoon LD , z = a r UNDRAINED SHEAR STRENGTH, TSF Ci � W L > v > t� iz x 0 HAND PENETROMETER W m DRY AUGER 0.0 TO 29.0 FT. �W wa �'n aN w 3u. Na` oZ � t > o z 0 UNCONFINED COMPRESSION p a WET ROTARY 29.0 TO 40.0 FT. e-3 �a zN za. Lj � -� UNCONSOLIDATED -UNDRAINED >< a W am p r; KO 90 'V ? TRIAXIAL COMPRESSION W w DESCRIPTION OF MATERIAL F W aW z L a 1 zi a a A TORVANE Ln 0.5 1.0 1.5 2.0 2.5 53.9 Hord gray FAT CLAY (CH) —w/grass roots 0'-4' —very stiff to hard 2'-4' 20 —very stiff 4'-8' 20 0 —w/calcareous nodules and ferrous stains 4'-10' 32 —Slickensided 6'-8' 86 101 25 82 29 53 � - 45.9 Very stiff to hard gray and yellowish brown LEAN CLAY I I 1 (CL) w/sand t8 Al —medium stiff to stiff reddish brown and gray w/silt seams 13'-15' 77 21 38.9 1 Very stiff reddish brown FAT CLAY (CH) w/colcareous and ferrous nodules 24 0 —slickensided 19'-21' 21 20 77 111 20 56 22 34 0 32.9 Gray SANDY LEAN CLAY (CL) w/ferrous stains —stiff 21'-23' 60 17 24 16 a 0 2—stiff to very stiff w/sand 21 50 17 seams 25'-27' —stiff to hard 27'-29' 62 116 18 31 16 15 19 - 24.9 Dense gray SILTY SAND (SM) 3 31 42 32 21 18.9 35 DEPTH TO WATER IN BORING 3-2: FREE WATER 1st ENCOUNTERED AT 29.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 13.7 FT. _: WATER DEPTH AT 7.9 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13. Continued on Figure A -3a (JeU 11ud& G-1 Ly 6/4U U-/-4lGy' 1,41:. ----. 599 LOG OF BORING NO. GB -3 (GB -3P) Cont'd PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13777928, E 3116954 COMPLETION DEPTH : 40.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 53.86 FT. DATE 12-12-12 w w zo 2In W Ld _ o o �. SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 29.0 FT. WET ROTARY 29.0 TO 40.0 FT, Q 00 Qa W X wa z a-3 O 0w S m or F -W <w zw Inw a� d 0 W N u w z Q = c� w 3 w _ z a a �w F� p Z wl- qco U a z s J a � � c.v Ul g Cl- w o z y g a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION D TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 18.9 13.9 35 - Dense gray SILTY SAND (SM) -brown 38.5'-40' NOTE See Piezometer GB -3P for water level measurements. 34 20 40 45 50- 55- 556657DEPTH 60- 65- 7G DEPTH TO WATER IN BORING V: FREE WATER 1st ENCOUNTERED AT 29.0 FT. DURING GRILLING; AFTER 15.0 MIN. AT 13.7 FT. WATER DEPTH AT 7.9 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13. VeU I.eJL L' Ity E,I LGGIt, l LJ, I I'u. 600 LOG OF BORING NO. GB -4 (GB -4P) PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13777953, E 3117674 COMPLETION DEPTH : 40.0 FT. See Plan of Boringgs (Figure 2) SURFACE ELEVATION : 54.01 FT. DATE 12-12-12 SAMPLER : Shelby Tube/Split Spoon Qo U0 0 ,_ w UNDRAINED SHEAR STRENGTH, TSF F W Hex Vi C7 3� X O HAND PENETROMETER ,W. w J W Lj a DRY AUGER 0.0 TO 21.0 FT. Wa w aN a W 3W fes.. N oZ F t: oW UNCONFINED COMPRESSION p M = f~ij WET ROTARY : 21.0 TO 40.0 FT, a 3 o w N z a Z v UNCONSOLIDATED -UNDRAINED r , Wz o O r a- U 5 TRIAXIAL COMPRESSION W DESCRIPTION OF MATERIAL zm a o tR 73 a 0 TORVANE gW NU- z a 0.5 1.0 1.5 2.0 2.5 54.0 Very stiff yellowish brown and gray FAT CLAY (CH) 33 O w/ferrous nodules -stiff 2'-4' -stiff to very stiff brown, 30 slickensided 4'-6' -reddish brown w/calcoreous 93 81 38 101 35 65 nodules 6'-8' 25 46.0 Stiff reddish brown LEAN CLAY (CL) w/sand and silt zz 1 seams -medium stiff to stiff 13'-15' 1 —Very stiff 15'-17' 79 106 22 30 15 15 36.0 22 0 Very stiff reddish brown FAT CLAY (CH) w/calcareous 2 nodules 30 33.0 Medium stiff to stiff reddish brown and gray 20 O LEAN CLAY (CL) w/sand -stiff to very stiff w/colcoreous nodules 75 111 18 32 16 16 29.0 2 23'-25' Very stiff reddish brown FAT CLAY (CH) w/calcareous 24 nodules and ferrous stains -stiff to very stiff 27'-29' 27 0p 30- 99 25 62 24 38 -stiff 33'-35' 16 19.0 3 DEPTH TO WATER IN BORING 7: FREE WATER 1st ENCOUNTERED AT 21.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 19.6 FT. T: WATER DEPTH AT 7.2 FT., HOLE OPEN TO 40.0 FT, ON 01-16-13. Continued on Figure A -4a LruU LGJ4 1i Iby 4I LGG/ 41 E,,V, IIL4. 601 LOG OF BORING NO, GB -4 (GB -4P) Cont'd PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13777953, E 3117674 COMPLETION DEPTH : 40.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 54.01 FT. DATE 12-12-12 w Z o w w w = a w 0 w p y SAMPLER : Shelby Tube/Split Spoon n DRY AUGER 0.0 TO 21.0 FT. WET ROTARY 21.0 TO 40.0 FT. e N 00 �0 2� ww Za W. a� o m O W v �w (A L, Q- 0 rz N IjOZ a cz7 w 3 w '=v z a X a w of ?� C) 2 �w w Qq Zo r= -p z d� 5 o p g w o UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION O TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL - 19.0 14.0 35 Very stiff reddish brown FAT CLAY (CH) w/calcareous nodules and ferrous stains NOTE See Piezometer G13 -41P for water level measurements. 21 40 45- 50- 55566570 55- 60- 65- 70_ DEPTH TO WATER IN BORING Q: FREE WATER 1st ENCOUNTERED AT 21.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 19.6 FT. T: WATER DEPTH AT 7.2 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13, LYUU 6UO li ILy W6GGl OI Dy, I 602 LOG OF BORING NO. GB -5 PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13778025, E 3118346 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 56.06 FT. DATE 10-30-12 0 j w � Lo = - W w m a v� u� SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, 0 0 P° 1-„a Z oo om zr- �w zw V)>u (W n. Zo wz i w 3 za 0 � D0 1 o Z p �� i\ -' 0 a v 1�¢-n- J a w o a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER i UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL S6.1 - 41.1 FILL: very stiff to hard dark gray fat clay w/gross roots, gravel and sand seams 90 71 98 114 16 25 34 38 19 26 89 38 31 17 58 21 O Very stiff dark gray FAT CLAY (CH) w/ferrous nodules —gray 4'-7' —stiff 4'-8' —gray and brown w/calcoreous nodules 6'-8' j Stiff to very stiff brown and gray LEAN CLAY (CL) w/sand and ferrous nodules —w/calcareous nodules 13'-15' 1 15 20- 25- -3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING, 603 LOG OF BORING NO. GB -6 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Peorlond, Texas LOCATION N 13778124, E 3118889 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 54.10 FT. DATE 10-30-12 zo W 52.1- 45.1 39.1 W W a _jw 0 .� SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY ; -- TO -- FT. 0 0 PO hCK L z 0. 06 m z� Faw 0 (n �H d ro UN az � 0 w 3 rr; 0a o w �� Mw §o <U z 0 r g > o - M_ J � yy 4 1 w 0 ? 0 H g a UNDRAINED SHEAR TSF 0 HAND PENETROMETER 0 UNCONFINED LIDATED TRIAXIAL OCOMPRESSION 0 TORVANE 0.5 1.0 1.5 STRENGTH, COMPRESSION - 2.0 A.NEC 2.5 DESCRIPTION OF MATERIAL FILL: hard dark gray fat cloy w/grass roots and grovel 91 76 105 1 a 30 39 34 20 22 89 43 31 18 58 25 Very stiff gray FAT CLAY (CH) w/ferrous nodules —stiff 4'-9' —gray and yellowish brown 5'-8' —w/colcoreous nodules 6'-9' t Stiff brown and gray LEAN CLAY (CL) w/sand, calcareous and ferrous nodules and silt seams 1 20- 25- -3 3 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. V"GV 4GJ 4 L 14,1' 414GG1 4141J� I /4V• 604 LOG OF BORING N0, GB -7 PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13778373, E 3119447 COMPLETION DEPTH : 15.0 FT. See Pion of Boringgs (Figure 2) SURFACE ELEVATION : 54.77 FT. DATE 10-30-12 zo C �j' � = m a > d N SAMPLER : Shelby Tube/Split Spoon DRY AUGER : 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 00 a Ce ww wa a3 �`J Q J LnL- � Nw �- aN t o zN u az w 3w =v za o w Z� (n oZ �w <0 zU 0 o o - �-_. y9 a w o z 9 a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COhIPRESS,cN UNCONSOLIDATED TRIAXIAL COMPRESSION TORvnNE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 54.8 52.8 46.8-ras - 39.8 FILL: hard dark gray and gray fat clay w/grass roots and sand seams 91 71 zs 30 34 35 20 20 50 41 21 17 29 24 OZN �, O Very stiff gray FAT CLAY (CH) w/ferrous nodules —stiff to very stiff 4'-6' —w/calcareous nodules 4'-8' —stiff gray and brown slickensided 6'-8' ■� Stiff to very stiff gray and yellowish brown LEAN CLAY (CL) w/sand —soft to stiff brown and gray very sandy clay 13'— 15' 1 15 2 25- 3G_ 3 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. uc;v�est araycrac;ei-clay, Trac. -_ _ 605 LOG OF BORING NO. GB -8 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13778584, E 3120116 COMPLETION DEPTH : 15.0 F1. See Plan of Borings (Figure 2) SURFACE ELEVATION : 54.37 FT. DATE 10-30-12 w z 4 ¢ W Li L w =a r a w SAMPLER : Shelby Tube/Split Spoon (A DRY AUGER 0.0 TO 15.0 FT. o WET ROTARY -- TO -- FT. z- oo a2 ww w° aN of ¢m N� zw Nw N- 0- v �o dz z c� w 3w r o � C) wr p �U z t\ t\ J v = X w o z F n UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRES`_�I-14 UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1,0 1.5 2.0 2.`.i DESCRIPTION OF MATERIALoW 54.4 52.4 - 46.4 - 39.4 FILL: very stiff to hard brown and gray lean cloy w/grass roots, and sand seams 90 93 86 12 28 30 34 22 86 85 31 30 55 55 Hard dark gray and brown FAT CLAY (CH) w/calcoreous and ferrous nodules —very stiff gray 4'-6' —stiff to very stiff gray and brown slickensided 6,-8, C Stiff to very stiff brown and gray LEAN CLAY (CL) w/colcoreous and ferrous nodules, ferrous stains and sand seams —soft to stiff very sandy clay 13'-15' 1 15-123 2 25- 30- 335 35 DEPTH TO WATER IN BORING V: FREE WATER 1st ENCOUNTERED AT 15.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 12.5 FT. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. VGIILGJ L Li /Ll� 4/ LGG / LI Ll,, / I LV• 606 LOG OF BORING NO. GB -9 (GB -9P) PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13778585, E 3120817 COMPLETION DEPTH : 15.0 FT. See Plan ofBoringgs (Figure 2) SURFACE ELEVATION : 53.95 FT. DATE 10-31-12 U. 0 -j 54.0 53.0 41.0 39.0 Ci r w o SAMPLER : Shelby Tube/Split Spoon�0 w DRY AUGER 0.0 TO 15.0 FT. m a WET ROTARY : -- TO -- FT. In 00 �C5 ,z, a3 0o9 zz �� Z Fn a 0 UN az TSF = w 3 a za o � N� o Z �F <oz z g o a K j v P a o v ng UNDRAINED SHEAR STRENGTH, O HAND PENETROMETER 0 UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL FILL: dark gray fat clay w/gross roots, shell fragments and sand seams Stiff dark gray FAT CLAY (CH) —gray and brown 4'-8' —w/ferrous nodules 4'-13' —stiff to very stiff w/colcareous nodules 6'-13' —brown and gray 8'-13' —w/sand and silt seams 12'-15' 93 82 92 3a 37 39 29 21 18 93 36 32 19 61 17 1 Stiff to very stiff brown and gray LEAN CLAY (CL) w/sond, calcareous nodules and ferrous stains _j NOTE See Piezometer GB -91P for water level measurements. t 2 25 3 3 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. WATER DEPTH AT 8.1 FT., HOLE OPEN TO 15.0 FT. ON 01-16-13. r— V CU(. CJ(' Li ILCJ LI f.GG/ (,I 4u, I IU. . 607 LOG OF BORING NO. GB -10 PROJECT McHard Water Transmission Line & Rood Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13778591, E 3121551 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 58.54 FT. DATE : 10-30-12 U ' 0 a F z a W Oo y N SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. a s WET ROTARY -- TO -- FT, a 00 �o a4of wd z 0. �m 4 o W UL- zw N> <wn a o zN v /x0 a z = 0 w � '=v za >- o z � �� 5,: 5z �� aq0 DU z 0 0 J cv Q a 0 x o N a UNDRAINED SHEAR STRENGTH, TSF Q HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 58.5 43.5 Stiff dork gray and gray FAT CLAY (CH) w/ferrous nodules —w/gross roots 0'-2' —gray and yellowish brown 6'-9' —medium stiff to stiff slickensided 8'-10' —w/calcareous nodules 8'-15' —gray and brown 9'-11' —stiff to very stiff reddish brown and gray 11'-15' 95 84 27 35 36 38 37 21 98 34 64 1 1 2G- 25- 3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. VGULGJL li ILIJ LI LGG/ 41 l.,I ll4ll. 608 LOG OF BORING NO. GB -11 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pecrland, Texas LOCATION N 13778618, E 3121993 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 60.96 FT, DATE 10-30-12 p a W L, = o © } SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. a 2 WET ROTARY -- TO -- FT. Zo °0 wa w a3 '0 zm Ln 0 N> aN °- zo ao � t, w 3w za o w N� OZ �� gz <U Z t� F J o o j F � w o Z c) o UNDRAINED SHEAR STRENGTH, TSF Q HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 61.0 - 58.0 46.0 FILL: very stiff dark gray and gray fat cloy w/gross roots and calcareous nodules 93 82 19 28 34 37 35 19 80 29 51 p Very stiff dark gray FAT CLAY (CH) w/ferrous nodules —stiff to very stiff 4'-6' —medium stiff to stiff, slickensided 6'-8' —gray and yellowish brown 6'— 1 2' —stiff 8'-10' —w/colcoreous nodules 8'-15' —brown and gray 12'-15' —w/sond and silt seams 13'-15' (� 10 15 2 25 3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. Lr(SU LL -JL L. Yby L/bye! L/Gy, j 111U. 609 LOG OF BORING NO. GB -12 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Peorlond, Texas LOCATION N 13778682, E 3122614 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 53.12 FT. DATE 10-30-12 w 0 w w w w z oo� o s N SAMPLER : Shelby Tube/Split Spoon W DRY AUGER 0.0 TO 15.0 FT, s WET ROTARY : -- TO -- FT. a N 00 PO �W wa w CL 00 �w NU -0.5 Zw N> V)w-n a a zN woz a = c� w 3 =v za. o 0 N� o Z :w J~ <o �U z 6� r o a J v g a w o 9 g n UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 53.1 - 40.1 38.1 FILL: hard dark gray and gray fat clay w/grass roots 91 st s� 22 24 31 3a 19 19 80 as 29 20 51 2a Q Very stiff dark gray FAT CLAY (CH) w/ferrous nodules -stiff to very stiff gray and yellowish brown 4'-6' -medium stiff to stiff, slickensided 6'-8' -gray and brown 6'-12' -w/colcoreous nodules 7'-12' 10 - Very stiff brown and gray LEAN CLAY (CL) w/sand, Calcareous and ferrous nodules 15 2 25- 30- 3035DEPTH 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. L'vu Guz!i c c rry crcuu r 0,,y, j I &c. 610 LOG OF BORING NO. GB -13 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778717, E 3123314 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 53.27 FT. DATE 10-30-12 �l W W zo a z W O o N SAMPLER Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. 5 WET ROTARY -- TO -- FT. Ln z 0 �� �� vw z a3 00 Qm o� Q) V)1 zw �> V)w qa n r o r aO az -r= W 3 �; a , o a pr �w I o DU < z J 0 � a J a o ? �_- a UNDRAINED SHEAR STRENGTH, TSF Q HAND PENETROMETER UNCONFINED COMPRESSION 0 UN CON TRIAXIAL O COMPRDESSIONRAINED 0 TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 53.3 51.3 - 38.3 FILL: very stiff to hard reddish brown and dark gray fat clay w/gross roots and sand seoms 95 86 22 29 29 38 37 24 89 31 58 O Very stiff dark gray FAT CLAY (CH) w/ferrous nodules —gray 4'-6' —stiff 4'-13' —w/calcareous nodules 5'-15' —groy and brown 6'-15' t 15 2 25 3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. VG V{.GJL L I Gy L1 L G G 1111'v 1 /11/l/• 611 LOG OF BORING NO. GB -14 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pecrland, Texas LOCATION N 13778748, E 3123913 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 52.83 FT. DATE 10-30-12 r w 0 w w W w = a wo w w o y N SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 0 0 a0 WW La z a3 �� <M �z. �w Zw Fnw cN a r0 wN v �'� a = w� 0 w 3 �U �a o �� 0~ �w �Z a of =U z i� o o 7 J v g a x w o 9 2 UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION d TORVANE 0.5 1,0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 52.8 - 50.8 - 39.8 37.8 FILL: very stiff to hard dark gray and brown fat clay w/grass roots and gravel 92 so 91 27 31 37 35 33 20 98 h5 34 20 64 25 Very stiff dark gray FAT CLAY (CH) w/ferrous nodules —stiff 4'-8' —gray and brown 4'-13' —w/calcoreous nodules 7'-13' —stiff to very stiff, slickensided 8'-10' 1 Stiff to very stiff brown and and gray LEAN CLAY (CL) w/sand, calcareous and ferrous nodules and silt seams 1 20 2 3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. 612 LOG OF BORING NO. GB -15 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778821, E 3124421 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 51.56 FT. DATE : 10-30-12 w 0 W = w w m s r a SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. i WET ROTARY -- TO -- FT, 00 �0 wW wn a3 �m �� �wz Ln- 0 zw v tn_ aN �o z� UO az � = w �� — za o w � N� o� �w J� ?p D o o n J � a 0 w o � 9 a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION 6 TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 5 1.6 47.6 - 36.6 FILL: hard dark gray and gray fat clay w/gross roots and calcareous nodules 91 92 86 89 20 24 30 31 31 26 76 80 63 28 29 24 48 51 39 11 Very stiff gray FAT CLAY (CH) w/ferrous nodules —stiff slickensided 6'—B' —gray and brown 7'-13' —w/colcoreous nodules 8'-15' —brown and gray w/sand seams 13'-15' __ 4p 1 1 20 25 30 3 1 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING, r__.c__1 n__- T_„ 613 LOG OF BORING NO. GB -16 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Peorland, Texas LOCATION N 13778742, E 3124865 COMPLETION DEPTH : 2.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 49.00 FT. DATE 11-01-12 r w `- p w - w w w o SAMPLER : Shelby Tube/Split Spoon N DRY AUGER 0.0 TO 2,0 FT. WET ROTARY -- TO -- FT. a o a0 a� ww z a a3 no Zm ,w (n- Zw �> 0 a� Zo L' a� r v w 3 za o K �� p F �� <z aU z t o a t U LnLi ng x w o ? ca g a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 49.0 48.0 - 47.0 a 12.25" Concrete FILL: dark gray lean clay NOTE : Hit obstruction at 2 feet and boring was offset to GB -1 6A. 10 1 20- 0253035DEPTH 25- 30- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 2.0 FT. AT END OF DRILLING. n _ ,. 1 ,. _ 1 n....... 7..,... VGV LGJ L li lLly LI LGGI ul I'VI l ILV. 614 LOG OF BORING NO. GB -16A (GB-16AP) PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778742, E 3124865 COMPLETION DEPTH : 40.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 49.00 FT. DATE 11-01-12 L `�' 0 a L W = a y o_j r N SAMPLER : Shelby Tube/Split Spoon ORY AUGER 0.0 TO 40.0 FT. WET ROTARY -- TO -- FT. 00 2� oc W W z o az O0 Adm NUj zW tn� a y f-$ Z0 a Z = w �� z a n a Of o E-' -w , §p ¢ U Z t\ ~ � o R -' v �_ o. w o a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOUDATED-UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIALS 49.0 FILL: hard dark gray and groy fat cloy w/calcareous and ferrous nodules and 21 gross roots 91 25 75 28 47 43.0 Stiff gray and yellowish brown FAT CLAY (CH) w/calcareous and ferrous 93 29 3a 81 29 52 () nodules -very stiff 8'-10' -w/silt seams 8'-14' 23 t -reddish brown and gray - 35.0 13'- 14' 1 Stiff reddish brown and gray LEAN CLAY (CL) w/sand 84 111 20 31 17 14 32.0 Very stiff reddish brown FAT CLAY (CH) w/ferrous 25 stains 2 -w/sand seams 17'-18' -slickensided 18'-20' 25 -w/calcareous nodules 21'-27' 98 92 32 91 32 59 29 25 -stiff to very stiff 28 slickensided 27'-29' -gray and reddish brown w/ferrous nodules 27'-31' 99 26 3 22 —very stiff to hard 33'-40' 14.0 26 3 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. :: WATER DEPTH AT 11.1 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13. Continued on Figure A-16Ao 615 LOG OF BORING NO. GB -16A (GB-16AP) Cont'd PROJECT McHord Water Transmission Line & Road Extension PROJECT N0. : 1140185901 City of Pearland, Texas LOCATION N 13778742, E 3124865 COMPLETION DEPTH : 40.0 FT, See Plan of Borings (Figure 2) SURFACE ELEVATION : 49.00 FT. DATE 11-01-12 SAMPLER : Shelby Tube/Split Spoon r ZD a0 zW UNDRAINED SHEAR STRENGTH, TSF Uj w DRY AUGER 0.0 TO 40.0 FT. wad = w Nb` � o O HAND PENETROMETER Z tj m a WET ROTARY -- TO -- FT, w a ° �a 3 �u 0- �w ~ - J UNCONFINED COMPRESSION 7V) oo V-0 wN �� c) UNCONSOLIDATED -UNDRAINED a w `m � � O a TRIAXIAL COMPRESSION LDESCRIPTION OF MATERIAL �� a� 'n <U a a S 0 TORVANE - 14.0-- 3 Ln �W Z a 0.5 /.0 1.5 2.0 2.5 Very stiff reddish brown FAT CLAY (CH) w/ferrous stains —w/colcareous nodules 38'-40' 9.0 4 24 NOTE : See Piezometer GB-16AP for water level measurements. 4 50 5 6 65 7 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. T: WATER DEPTH AT 11.1 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13. 616 LOG OF BORING NO. GB -17 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13778839, E 3125610 COMPLETION DEPTH : 15.0 FT. See Plan of Borincs (Figure 2) SURFACE ELEVATION : 53.52 FT. DATE : 10-31-12 w o w w r w w w = a w o SAMPLER : Shelby Tube/Split Spoon N DRY AUGER 0.0 TO 15.0 FT. W WET ROTARY -- TO -- FT. 00 2P ww za a. Ln �m z w ~ Zw �--' aN ' o wN w wz a ' w 3 `_ u ja o L _ ��` 0 _ z Z Co <" a Z �_ _� ' o n v a X w o Z a UNDRAINED SHEAR STRENGTH, TSF O HANG PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 53.5 51.5 40.5 - 38.5 I FILL: hard dark gray and gray fat cloy w/gross roots, shell fragments and calcareous nodules 93 72 as 18 24 25 3s 22 20 78 31 28 15 50 16 Very stiff dark gray FAT CLAY (CH) w/calcareous and ferrous nodules —very stiff 4'-6' —stiff to very stiff, slickensided 6'-8' —brown and gray 8'-13' —w/sand seams 11'-13' Medium stiff brown and gray LEAN CLAY (CL) w/sand and calcareous nodules �� Ain I 1 15 2 25- 3 35 DEPTH TO WATER IN GORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. a__1 n_,,ti T_ vcv�coo uroy or occr or �Jr .roi.. 617 LOG OF BORING NO. 06-18 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13778919, E 3126305 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 53.34 FT. DATE : 10-31-12 w zo ¢ = a m y SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. a WET ROTARY -- TO -- FT. 00 <0 XX �a w a 3 �m Z_ ~ W L Z W v>> <� tL i o zN 0 u az i 0 w 3� _ z a o c � o� w-� a0 aU z 0 j a u v�� a 0 w S a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 53.3 - 50.3 - 45.3 38.3 FILL: hard dark groy and reddish brown fat cloy w/gross roots, shell fragments, wood and sand seams 91 54 115 t6 21 26 28 15 21 78 25 28 is 50 11 � Very stiff dark groy FAT CLAY (CH) —groy 4'-8' —w/ferrous nodules 6'-8' —w/calcoreous nodules 7'-8' Stiff to very stiff brown SANDY LEAN CLAY (CL) w/colcoreous nodules —reddish brown w/ferrous stains and silt seams 13'— 15' t 1 20- 25- 2335DEPTH 30- 35 - DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. /1--.1--1 n-- ' 7.... .. VG(l LIVOG L'. lGy GI GGG l GIGy' lib.. 618 LOG OF BORING NO. GB -19 PROJECT McHord Water Transmission Line & Rood Extension PROJECT N0. : 1140185901 City of Peorland, Texas LOCATION N 13778952, E 3126961 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 52.28 F f. DATE : 10-31-12 w 0 w '- w = O SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. a WET ROTARY -- TO -- FT. 00 Qo ofX ww za m3bi : �m o� < to NW zw in> cnw aN z0 u ao = 0 w za D o L :D N0 o : �uj <o <U z h ~ J a a y n a 0 x o � 5 n. UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION • UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 52.3 - 50.3 37.3 FILL: hard dark gray and gray fat clay w/grass roots 91 108 17 19 21 22 21 27 74 27 47 Hard dark gray FAT CLAY (CH) w/ferrous nodules -gray 4'-6' -w/colcoreous nodules 4'-15' —gray and yellowish brown 6'-8' -very stiff reddish brown and gray 8'-15' A0 zo 1 15 20- 25- 25335DEPTH 3G- 35 - DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. r 4 .. ,. t V,.,.--___-'__ r_ v n v o 0 0 o a. 1 oU o, o 0 o 1 o, o3 1 I o i. . 619 LOG OF BORING NO. GB -20 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13778912, E 3127585 COMPLETION DEPTH : 15.0 FT. See Pion of Borinas (Figure 2) SURFACE ELEVATION : 52.89 FT. DATE 11-01-12 LL zo w w = J m SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. d WET ROTARY -- TO -- FT. 0 0 Qo wa w nIL o M �� �w V) zw « a Za w ao 1 w �w za n a a �� o' r a z <U z J 0 U P a x o a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1,5 2.0 2.5 DESCRIPTION OF MATERIAL 52.9 52.0 37.9 a 10.375" Concrete 95 91 30 28 28 29 zs 24 53 53 22 22 31 31 ZNO Reddish brown FAT CLAY (CH) w/sand seams —w/colcareous nodules 2'-4' —very stiff 2'-8' —gray 4'-8' —stiff to very stiff 8'-10' —w/colcoreous nodules 8'-15' —w/silt seoms 13'-15' zS0 p 1 kAl 15-1197 20 2 30- 3 DEPTH TO WATER IN GORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. I�eV LeJL Li lLI�Ll LGG/ LI L�! flLl.. 620 LOG OF BORING NO. GB -21 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778860, E 3128327 COMPLETION DEPTH : 30.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 50.97 FT. DATE : 12-13-12 SAMPLER : Shelby Tube/Split Spoon 00 Uj 0 UNDRAINED SHEAR STRENGTH, TSF '' 22 30 i w 0 K X O HAND PENETROMETER N DRY AUGER 0.0 TO 18.0 FT. wW �(-' N y� t o LL m a W° a o Z �u'-' M Zi UNCONFINED COMPRESSION 0 WET ROTARY 18.0 TO 30.0 FT. °'3 tz- za. v UNCONSOLIDATED -UNDRAINED q a U TRIAXIAL COMPRESSION wLi DESCRIPTION OF MATERIAL a N a Z a z a m & TORVANE cnuj uj 0.5 1.0 1.5 2.0 2.5 51.0 FILL: stiff dark gray fat clXXM a —w7gross roots 0'-2' 27 —very stiff 2'-4' —gray w/ferrous nodules and 29 sand seams 4'-6' 90 90 28 89 31 58 45.0 Stiff yellowish gray FAT CLAY (CH) w/calcoreous nodules and ferrous stains 33 —very stiff 8'-13' 21 1 —very stiff to hard 13'-20' —reddish brown 13'-25' 19 1 97 105 23 66 25 41 2 —very stiff 23'-25' 1s 2 —very stiff to hard gray and brown 28'-30' 23 21.0 3 3 DEPTH TO WATER IN BORING V: FREE WATER 1st ENCOUNTERED AT 17.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 16.0 FT. HOLE OPEN TO 30.0 FT, AT END OF DRILLING. n__i__a n_ _ 1,,..„ V"GVI.GJV LI4lJ VI VGGI VI VyI i��v• 621 LOG OF BORING NO. GB -22 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13778892, E 3129254 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 50.71 FT. DATE 12-13-12 W o w w ii _ a _j w © a s } < N N SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, 00 <� Wa w a3 am z� �w zw N> (n < �o zN W waz i c� w 3w za o �� oz �� �Q <U z t� ' a J w o z g a UNDRAINED SHEAR STRENGTH, TSF Q HAND PENETROMETER UNCONFINED COMPRESSION UNCON'SOUOATED-UNDRAINED r TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 50.7 h4.7 37.7 35.7 FILL: stiff dark gray fat Clo w/silt seams —w�grass roots 0'-2' —gray w/ferrous nodules 4'-6' 88 96 94 29 24 29 29 33 22 70 43 26 20 44 23ous Stiff gray FAT CLAY (CH) —slickensided w/silt seams 6'-8' —medium stiff to stiff w/ferrous stains and ferrous nodules B'-10' —yellowish brown and gray 10'-13' t reddish brown and y LEAN CLAY (CL) ond, calcareous and84 nodules Lw 1 - 2G- 25- 253035DEPTH 30- 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. IJCULCoG L11"vGIGUGI GIG &, 11.- 622 LOG OF BORING NO. GB -23 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778956, E 3130140 COMPLETION DEPTH : 30.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 50.07 Ff. DATE : 12-13-12 w w o W w w rz O SAMPLER : Shelby Tube/Split Spoon N DRY AUGER 0.0 TO 15.0 FT, s WET ROTARY 15.0 TO 30.0 FT. SO �� ww zd a n <w (nw zw �� L^- a n Zo w az s v w 20 C' > v" o� �Li g z Du T o - F a 0 w o F a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 50.1 36.6 31.6 30.1 20.1 Hord dark gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —yellowish brown and gray 2' —10' —very stiff 4'-6' —w/calcareous nodules and ferrous stoins 4'-10' —very stiff to hard 6'-8' —stiff to very stiff 8'-10' Medium dense brown and gray SILTY SAND (SM) —w/lean clay seams 14.5'-18' Loose brown and gray CLAYEY SAND (SC) 11 9 18 32_ 94 1°� 110 108 zo 16 t9 14 19 21 19 20 19 40 21 51 18 13 21 22 8 30 0 /140 p 10 20 Very stiff reddish brown and gray FAT CLAY (CH) w/calcareous nodules —very stiff to hard w/sand seams 28'-30' 25 3 35 DEPTH TO WATER IN BORING 12: FREE WATER 1st ENCOUNTERED AT 14.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 12.8 FT. HOLE OPEN TO 30.0 FT. AT END OF DRILLING. n__1__1 n___ r,.,.- VGVLGJL VILI, LI LLGI L, Ly, a�Lv. 623 LOG OF BORING NO. GB -24 (GB -24P) PROJECT McHard Water Transmission Line & Rood Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13779002, E 3131080 COMPLETION DEPTH : 15.0 FT. See Pion of Borings (Figure 2) SURFACE ELEVATION : 49.81 FT, DATE 12-13-12 0 = IL md s yr SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. va 00 2P � ww wa ai 0 OJ zm �w � F, 0 Fn �= dN �$ z wN wz 0 w 3� '=u za � o w �� pZ <Z <o z g J v F= a w o u g a UNDRAINED SHEAR STRENGTH, TSF Q HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 49.8 39.8 34.8--15 Very stiff to hard dark gray LEAN CLAY (CL) w/sand —w/gross roots 0'-2' —w/calcoreous nodules 2'-4' —hard 2'-6' —gray 4'-6' —w/ferrous nodules 4'-8' —very stiff yellowish brown and gray 6'-8' —W/calcoreous nodules 6'-10' —stiff reddish brown, yellow and gray 8'-10' 7 84 55 119 110 1z 14 17 19 zz 23 49 19 30 O O p A0 so 1 Loose brown and gray SANDY SILT (ML) NOTE See Piezometer GB -24P for water level measurements. 20- 25- 2533DEPTH 3G- 35 - DEPTH TO WATER IN BORING R: FREE WATER 1st ENCOUNTERED AT 15.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 12.0 FT. WATER DEPTH AT 4.1 FT., HOLE OPEN TO 15.0 FT. ON 01-16-13. r__1__1 n___, r— - V 624 LOG OF BORING N0, GB -25 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Peorlond, Texas LOCATION N 13779100, E 3131968 COMPLETION DEPTH : 15.0 FT. See Pion of Borings (Figure 2) SURFACE ELEVATION : 49.17 FT. DATE 12-13-12 w w Z 0 Uj a w m Ln SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 70 15.0 FT. a WET ROTARY -- TO -- FT, N Qo ip �a �w wa a" 3 �� <m <W N�- zw N� N— °"N �a z N u XO waz = c� w 3w _U z d >- o w� N� cz �w �a UU z b� 5 o Q w = cv a X w a Z Ln a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION D TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 492 39.2 35,7 - 34.2 Medium stiff dark gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —medium stiff to stiff 2'-4' —w/calcoreous nodules 2'-8' —yellowish brown and gray 2'— 10' —stiff to very stiff 4'-6' —w/ferrous nodules 6'-8' —very stiff 6'-10' 6 10 71 40 106 106 26 23 21 20 20 16 21 49 21 28 IIS O 1 Loose yellowish brown and gray SILTY SAND (SM) w/clay seams Brown and gray LEAN CLAY (CL) w/silt seams and silt loyers t5 2 2 3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. LI U LO & : J L li f t' y I' l u u t "I GY , I Sul. 625 LOG OF BORING NO. GB -26 PROJECT McHord Water Transmission Line & Road Extension PROJECT N0. : 1140185901 City of Pearlond, Texas LOCATION N 13779141, E 3132799 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 48,33 FT. DATE 12-13-12 w w z o w ~ w w CL o SAMPLER : Shelby Tube/Split Spoons V) DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, a z o K Ww za W n ¢m oW c� NW C. o zN W �o az F 3 W ~v za r as w 2 �Uj <o 'U :j o a _j J Ln g a w 9 N ag UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER 0 UNCONFINED COMPRESSION UNCONSOLIDATED-UADRAINEO TRIAXIAL COMPRESSION La TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 48.3 35.3 33.3 Very stiff to hard dark gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —hard 2'-4' —w/ferrous nodules 2'-10' —hard 6'-8' —very stiff brown and gray 8'— 10' 8 76 90 11s 119 14 14 1s 14 17 z3 47 21 26 D O O p O O 3.6 1 15- Brown LEAN CLAY (CL) w/sand seams 20 25 30 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. vevbeJD li lCy 6i btsei brty' 11oi 626 LOG OF BORING NO. GB -27 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778953, E 3133674 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 49.84 FT. DATE 12-14-12 w Uj 0 C w w _ r Li a w o � ¢ N SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. N 00 �2 �a C Q z n-3 a� zm ;� w 0 0 in� �� a F o Z, 'C3 wz a 'r c=a w �� 2CL za a o w oZ �w �� �0 tz ¢ z F 0 J v a w a g a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 49.8 36.8 34.8 Stiff to very stiff dark groy LEAN CLAY (CL) —w/grass roots 0'-2' —very stiff to hard 2'-4' —w/ferrous nodules 2'-6' —w/calcareous nodules 2'-10' —gray 4'-10' —w/ferrous nodules 6'-10' 90 108 109 19 16 17 18 20 25 44 20 24 Ins 0 1 Stiff to very stiff reddish brown FAT CLAY (CH) w/silt seams and calcareous nodules 15 2 25 30 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING, HOLE OPEN TO 15.0 FT. AT END OF DRILLING. n f 1 r" r 627 LOG OF BORING NO. GB -28 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearlond, Texas LOCATION N 13778867, E 3134194 COMPLETION DEPTH : 15.0 FT. See Pion of Borings (Figure 2) SURFACE ELEVATION : 49.40 FT. DATE : 12-14-12 w z 0 > W w w w W 0 w w o va SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 00 P0 �a wa w a`" 3 �� 8 aw Ln 0 (n> �� a r o z0 a o ° z w 3 L �v za r Q w Z) �� O z �w � aao = U z x o =o D � P 5 a 0 w � L '^ a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOUDA7E0-UNDRAINED r TRIAXIAL COMPRESSION Q TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 49.4 41.4- 34,4 Very stiff to hard gray LEAN CLAY (CL) w/sand and ferrous nodules —w/grass roots 0'-2' —yellowish brown and gray w/calcorecus nodules 4'-8' 93 114 102 13 16 17 17 25 2a 63 24 39 0 0 O 0 z 0 Stiff to very stiff reddish brown and gray FAT CLAY (CH) w/sand seoms and calcareous nodules —very stiff 13'-15' 1 15 20- 025335DEPTH 25- 30- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. veutlea'1, r:i(,yL'raeeIt, ,ty, i/bu. 628 LOG OF BORING NO. GB -29 PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO.: 1140185901 City of Peorland, Texas LOCATION N 13778770, E 3135111 COMPLETION DEPTH : 15.0 FT. See Pion of Borings (Figure 2) SURFACE ELEVATION : 48.21 FT. DATE 12-14-12 0 w w w _ a- o N O z SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY ; -- TO -- FT. 00 P:0 Za W a3 00 LZ M a m zw N�- CD vlw 0.0 zo U W z a i o 4. za it 0 o Z �� o U z = �_ J o J g d N ag UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED S TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 48.2 - 40.2 35.2 34.2 33.2 Stiff to very stiff dark gray FAT CLAY (CH) —w/grass roots 0'-2' —very stiff to hard 2'-4' —gray w/colcoreous and ferrous nodules 2'-8' —very stiff 4'-8 80 ss 97 106 2s 20 22 23 to 15 66 za 66 25 17 25 41 tt 41 0 Medium stiff to stiff reddish brown SANDY LEAN CLAY (CL) w/silt layers 10- 15 Reddish brown SILTY SAND (SM) Reddish brown FAT CLAY (CH) w/sand seams _j 20- 023035DEPTH 25- 30- 35- DEPTHTO WATER IN BORING g : FREE WATER ENCOUNTERED AT 15.0 FT. DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. V G U L G J 1. li 1 fiy 1. I "U G! &/ 1.Y' !/ 4, . 629 LOG OF BORING N0. GB -30 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13778925, E 3136036 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 48.66 FT. DATE 12-14-12 w L, o W w w J w O O � SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, 00 �2 �a w za W a3 no om FW N zw N > p z0 ul Wz a = w 3 i z i o L �� p� Z �� �z rU z _ 1 J o O � J r a w o r a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 48.7 33.7 Stiff to very stiff dark gray FAT CLAY (CH) w/ferrous stains —w/grass roots 0'-6' —hard 2'-4' —very stiff 4'-6' —stiff to very stiff 6'-8' —w/colcoreous nodules 6'-10' —very stiff gray and brown 8'— 10' —very stiff reddish brown slickensided w/colcareous nodules 13'-15' 78 100 115 1D6 24 15 is 22 20 30 54 67 22 25 32 42 0L 0 11L A n to - 15- 520253035DEPTH 20- 25- .30- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING, lr(:ULUJ6 G76y1;1t'UU1brby) .1rGU. 630 LOG OF BORING NO. GB -31 PROJEC'r McHard Water Transmission Line & Rood Extension PROJECT NO.: 1140185901 City of Pearlond, Texas LOCATION N 13778919, E 3136868 COMPLETION DEPTH : 15.0 FT, See Plan ofBorings (Figure 2) SURFACE ELEVATION : 49.84 FT. DATE : 12-14-12 1:5 Z 0 w CL W w m a Ln SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 0 0 ¢0 X w� z a`: 3 �� Om Zw V1W zW En-> <uW— a r-0 ZN wZz Q = c� w ' _U za X a a �� z �w - 0 �U z d r 5 0 b n v a x z 9 g a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED � TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 49.8 _ 47,8 43.8 36.8 35.8 34.8[-2 Medium stiff to stiff gray LEAN CLAY (CL) w/sand and grass roots 72 se 99 105 17 23 21 17 1s 23 52 ss 59 23 22 23 29 34 36 p Stiff dark gray FAT CLAY (CH) w/sond, Calcareous nodules and ferrous stains —stiff to very stiff 4'-6' Stiff to hard gray and reddish brown SANDY FAT CLAY (CH) w/sand and calcareous and ferrous nodules —stiff to very stiff 8'-10' Reddish brown SILTY SAND (SM) 1A EL p in, 10 - Reddish brown FAT CLAY (CH) w/sond seams 25 30- 35 35DEPTH DEPTH TO WATER IN BORING Q: FREE WATER 1st ENCOUNTERED AT 13.0 FT, DURING DRILLING; AFTER 15.0 MIN. AT 1 1.0 FT. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. VGV6GOO ai oyo oGci o y, 631 LOG Of BORING N0, GB -32 PROJECT McHord Woter Tronsmission Line & Rood Extension PROJECT NO.: 1140185901 City of Peorlond, Texas LOCATION N 13778857, E 3137670 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 48.22 FT, DATE 12-14-12 z O > w LJ w w o -j w o SAMPLER ; Shelby Tube/Split Spoon DRY AUGER ; 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 00 aCU) wa z Q 3 00 am aN N zw 4N a o zN �o iz i w 3� zv za � r o U �� v_ oZ �w Ji- -1z �o 31 - =3 0 a J v Ln g a w a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER 0 UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION Q TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 48.2 39.2 - 35.2 33.2 Stiff dark gray FAT CLAY (CH) w/sand and ferrous stains —w/grass roots 0'-2' —very stiff to hard 2'-4' —W/calcareous nodules 2'-8' —very stiff 4'-6' —stiff to very stiff w/ferrous nodules 6'-8' 71 73 112 110 21 18 24 21 19 29 59 32 24 16 35 16 Q Q a 1 Stiff to very stiff gray and brown LEAN CLAY (CL) w/sand Very stiff reddish brown FAT CLAY (CH) w/colcoreous nodules and ferrous stoins t 20 25- 33 30- 35- DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. LrUUt'UJL "Iby! llbu. 632 LOG OF BORING NO. GB -33 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearlond, Texas LOCATION N 13778810, E 3138348 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 48.55 FT, DATE 12-14-12 w z o J Li W w w w w o J s v¢ SAMPLER Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, oz 0 UNDRAINED �0 � wa z� ❑ 3 J zmWz rw V)w z n> « a ra z� a )-' v w iw '=v za Of O L o 0 v) oZ �w _,) < o �v z F o o J �= J g a w O g a SHEAR STRENGTH, TSF 0 HAND PENETROMETER `UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION A TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 48.5 - 40.5 35.5 - 33.5 Very stiff ray SANDY LEAN CLAY (CL� —w/gross roots 0'-6' —w/calcareous and ferrous nodules 2'-8' —stiff to very stiff 4'-8' 66 ao 111 120 22 19 19 17 z3 32 47 46 26 20 21 z6 p 0 0 Stiff groy and brown LEAN CLAY (CL) w/sand, calcareous and ferrous nodules 10 Stiff reddish brown FAT CLAY (CH) w/calcareous -, nodules and ferrous stains 15 2 25- - 3 -3 3 DEPTH TO WATER IN BORING s : FREE WATER 1st ENCOUNTERED AT 13.0 FT, DURING DRILLING; AFTER 15.0 MIN. AT 11,8 FT. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. n _ _ 1 _ _ 1 VG V bGOD Ai I O' b0 o! .I al l eI.- 633 LOG OF BORING NO. GB -34 PROJECT ; McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13778839, E 3139079 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 47.79 FT. DATE 12-17-12 Z o w w a w O w w o to SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, 00 <0 �� wa w a� W, am <vi 0� zw inW ¢ n a �o zN v Wo aZ = w 3: LL - za >- o W �� w o~ �w �0 ,L) z b� $ 0 > j '= J y a x w z L n a UNDRAINED SHEAR STRENGTH, TSF G HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION O TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 47.8 - 34.8 32.8 Stiff gray LEAN CLAY (CL) w/sond —w/grass roots 0'-2' —medium stiff to stiff 2'-4' —w/ferrous nodules 2'-10' —stiff to very stiff 4'-6' —yellowish brown and gray 4'— 13' —w/colcoreous nodules 6'-10' 74 99 109 1a 21 1 s 19 23 31 49 69 21 26 28 43 O p 1 115- Very stiff reddish brown FAT CLAY (CH) 20 25 3 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. LTUU(It5o 1. Li/(y Ll1 uuI Ell Lys 1-1. 634 LOG OF BORING NO. GB -35 (GB -35P) PROJECT McHard Water Transmission Line & Rood Extension PROJECT NO. ; 1140185901 City of Pearland, Texas LOCATION N 13778972, E 3140045 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 48.12 FT. DATE 12-17-12 w a r Ujw Uj w w W a = a. o w y � uj N SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 10.0 FT, WET ROTARY 10.0 TO 15.0 FT, z o a0 11� w� w a3 �� om �w F Zw Uj avi a zN U wiz a = w �� za a o Uj D vim OZ �� � �� z 0 r o t a w o g a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TDRvnuE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 48.1 35.1 33.1 Stiff to very stiff yellowish brown and groy SANDY LEAN CLAY (CL) w/sond seams —w/grass roots 0'-2' —w/calcareous nodules 2'-6' —soft to medium stiff very sandy 6'-8' —stiff w/ferrous stains and ferrous nodules 8'-10' 61 100 117 105 's 17 1a 21 19 27 32 42 17 21 15 21 p p 1 1 Stiff to very stiff reddish brown LEAN CLAY (CL) NOTE See Piezometer GB -35P for water level measurements. - 20- 25- 25335DEPTH 30- 35 DEPTH TO WATER IN BORING s : FREE WATER i st ENCOUNTERED AT 10.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 7.8 FT. WATER DEPTH AT 4.3 FT., HOLE OPEN TO 15.0 FT. ON 01-16-13. l7eV bus (I L' lLy L1 f V, UI bl GV, 116.. 635 LOG OF BORING NO. GB -36 PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO. : 1140185901 City of Peorland, Texas LOCATION N 13779131, E 3140412 COMPLETION DEPTH : 15.0 FT. See Plan of Boringgs (Figure 2) SURFACE ELEVATION : 47.89 FT. DATE 12-17-12 Lam'� ZO r- w IL O Jo 2 H SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT, zo �� w ZE ag n � ¢m Zw Nw Ln L4 a'n Zo v Wo 0.Z w 3 -Z CL 0- a w � 0� �F- �¢a �v z 0 --' o p , � �= F__ g a w o ? ag UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION D TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 47.9 39.9 - 34.4 32.9 Very stiff gray LEAN CLAY (CL) w/sand and ferrous nodules —w/grass roots 0'-2' —w/calcareous nodules 2'-6' —yellowish brown and gray 4'— 8' 13 74 sz 92 115 17 16 18 18 21 30 44 26 49 20 19 21 24 7 28 ffi O z Cz Q - Medium stiff yellowish brown and gray SANDY LEAN CLAY (CL) w/sand layers Reddish brown LEAN CLAY (CL) 10-:•: 1 20- 25- 25335DEPTH 30- '35 DEPTH TO WATER IN BORING 2: FREE WATER i st ENCOUNTERED AT 13.0 FT, DURING DRILLING; AFTER 15.0 MIN. AT 8.5 FT. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. L,u VGeS t' G7Gy G/bee/ al f'yl .111,l.. 636 LOG OF BORING NO. GB -37 PROJECT : McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13779002, E 3141120 COMPLETION DEPTH : 15.0 FT. See Plan ofBorings (Figure 2) SURFACE ELEVATION : 47.49 FT. DATE 12-17-12 Uj 0 w w w w w w w o SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 00 PO age rua w a3 �; zm 0 o tn� anrnn a Zo U wz �_- LD w 3w Zd X w ?" oZ 1F <o �o Z n J o o J C) F d w o z L_? g 0. UNDRAINED SHEAR STRENGTH, TSF Q NAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 47.5 - 32.5 Stiff gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —very stiff w/ferrous nodules 2'-8' —yellowish brown and gray 2'-13' —w/colcoreous nodules 4'-8' —medium stiff very sandy —medium stiff to stiff reddish brown and gray 13'-15' 71 71 107 z4 17 19 19 20 22 49 34 20 17 2e 17 O ZAD O 10 - 15 20- 0253035DEPTH 25- 30- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING, LruULeJL LilL(�LlLG L'/ LlLy! I fUU. 637 LOG OF BORING NO. GB -38 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Peorland, Texas LOCATION N 13778948, E 3142012 COMPLETION DEPTH : 15.0 FT. See Pion of Borings (Figure 2) SURFACE ELEVATION : 46.36 FT, DATE 12-17-12 w o a w w o o M CL N SAMPLER : Shelby Tube/Split Spoon - DRY AUGER 0.0 TO 10.0 FT, WET ROTARY 10.0 TO 15.0 FT. (Aa� 00 0 ww wa a z m ~ Lo �F zw �- aN -o Z- a z = w : '=v za q r o 5' �w �0 a z o J L) N a ww 9 a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER 0 UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED � TRIAXIAL COMPRESSION D TORVANE 0.5 1,0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 46.4 38.4 - 36.4 31.4 Very stiff to hard gray LEAN CLAY (CL) w/sond —w/grass roots 0'-2' —w/calcareous and ferrous nodules 4'-8' —very stiff w/ferrous nodules 6'-8' 18 40 74 62 9 113 110 13 13 14 18 16 21 22 48 36 19 17 29 19 Q Q O Q Q Q 10-, Medium stiff to stiff gray and reddish brown SANDY LEAN CLAY (CL) Medium dense to dense gray FINE SAND (SP—SM) w/silt 1 2 25 3 35 DEPTH TO WATER IN BORING 9: FREE WATER 1st ENCOUNTERED AT 10.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 7.8 FT. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. cru() bUyb G'rby -67 b( euI bIby, J Ibu. 638 LOG OF BORING NO. GB -39 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearlond, Texas LOCATION N 13778908, E 3142568 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 46.14 FT. DATE 12-17-12 w zo w w w w o w � � N SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY : -- TO -- FT. oo c �� wa w a 3 aW N �0.5 0 n� <� a Zo 0.z v w 3 w -Z0. o w �� o Z �� '( Zo z 6 o `, U � g a w o r n a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 46.1 32.1 31.1 Very stiff to hard gray LEAN CLAY (CL) w/sand -w/grass roots 0'-2' -hard 2'-4' -w/calcareous nodules 2'-8' -yellowish brown and gray w/ferrous nodules 4'-8' -stiff to very stiff 6'-8' 78 87 112 111 12 11 13 18 2z 26 46 as 20 zo 26 24 O O � 0 O Medium stiff to stiff yellowish brown and gray LEAN CLAY (CL) w/sond seams 1 15 Stiff reddish brown FAT CLAY (CH) w/silt seams 2 25- 533DEPTH 30- 35- DEPTHTO WATER IN DORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. V G V D G J G U 7 Gy G! G G G/ G I G&, I I - 639 LOG OF BORING NO. GB -40 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearlond, Texas LOCATION N 13778954, E 3143424 COMPLETION DEPTH : 30.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 45.54 FT. DATE 12-17-12 i -i w 2 0 4 w w LL) w ao� o J o Ln SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. WET ROTARY 15.0 TO 30.0 FT. 00 ¢0 a wa w a'^ 3 F LL' �� zw Q� a -o Z" M0 W a = r w tU z n. 0 o w� o� >w <o �U z J g � '= J U F n- z F a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION n UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION p TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL h5.5 32.5 27.5 - 22.5 - 17.0 15.5 Medium stiff to stiff dark gray LEAN CLAY (CL) w/sand —very stiff to hard 2'-8' —gray 4'-6' —w/ferrous stoins and ferrous nodules 6'-8' —stiff to very stiff 8'-10' —w/sift seams 8'-13' 55 83 85 9a fio 22 109 114 98 100 22 19 16 17 21 25 26 17 19 49 31 59 36 20 20 23 16 29 11 36 zo O p 1 AO O 10 Medium stiff to stiff reddish brown LEAN CLAY (CL) w/sand and silt seams Stiff to very stiff gray and reddish brown FAT CLAY (CH) w/sand seams Stiff to very stiff yellowish brown and gray SANDY LEAN CLAY (CL) Very dense reddish brown SILTY SAND (SM) t 2 25 3 35 DEPTH TO WATER IN BORING HOLE WAS BACKFILLED IMMEDIATELY AFTER COMPLETION OF DRILLING, MEASUREMENT OF WATER LEVEL COULD NOT BE OBTAINED. / --1--1 T?__ _ 7...... L'uu LeSD 1_�ILy Llt'ukSI GI GY, 1IDt 640 LOG OF BORING NO, GB -41 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13778938, E 3144193 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 47.55 FT. DATE : 12-17-12 ` o < Lu w = w o SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0,0 TO 15,0 FT, J < WET ROTARY -- TO -- FT. 00 a0 ww z° W a3 09 om <W zw a� Za az = za o c z �~ Qq0 aU Z �_ 0 J U P a z g g d UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 47.5 - 34.5 32.5 Medium stiff to stiff gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —stiff w/calcareous nodules 4' —yellowish brown and gray w/ferrous nodules 2'-11' —very stiff to hard 4'-8' —stiff 8'-10' 79 103 18 20 17 1e 22 25 37 17 20 1 Very stiff reddish brown FAT CLAY (CH) w/calcareous nodules 1 20- 25- -30 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. LYUUG( SSG i/Gy GIGGGI GIGI,I J IGS.. 641 LOG OF BORING NO. GB -42 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13779044, E 3144737 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 46.87 FT, DATE 12-18-12 w w o c w w = Ln JO J } a SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. 00 �� w za W a3 �� �V) F c� j in - aa(n zN a w 3 w za o w 0� Z -� �o z X _� o cy J v - 0- w o ? a UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 46.9 - 33.9 31.9 Very stiff to hard dark gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —gray 2'-4' —w/ferrous nodules 2'-8' —yellowish brown and gray w/calcareous nodules 4'-8' —very stiff 6'-8' —stiff to very stiff reddish brown and gray 8'-10' Stiff to very stiff reddish brown FAT CLAY (CH) w/silt and sand seams and calcareous and ferrous nodules 79 119 110 13 is 17 19 18 25 43 20 23 p 0 O O t t 2 25- 3G- -35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. vuuLuJb Lrayi c«y, IIbu. 642 LOG OF BORING NO. GB -43 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13779131, E 3145542 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 45.77 FT. DATE 12-18-12 w Zo W w w a w JO SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. N 00 �� za wN ° 3 no <m aW �F zw a� o zC � Wo az = �w Za Z } (if L o� �Z �� ¢�z �� z o_ = a U LAL_? a w N n UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 45.8 - 32.8 30.8 Very stiff to hard dark gray SANDY LEAN CLAY (CL) w/sand seams —w/gross roots 0'-2' —w/colcareous and ferrous nodules 4'-8' —hard 6'-8' —yellowish brown and gray 6'-13' —very stiff 8'-10' Very stiff reddish brown FAT CLAY (CH), slickensided w/colcareous nodules 70 123 118 13 14 13 15 24 29 49 19 30 p O p O t 15 20- 0233DEPTH 25- 3G- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT, AT END OF DRILLING. L'eubc-ob L (I t'y /DGGI b/61y. , 1 /b4• 643 LOG OF BORING NO. GB -44 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Pearland, Texas LOCATION N 13779185, E 3146238 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 45.32 FT. DATE 12-18-12 w 0 w rw' i w o o Y In SAMPLER : Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT. 0. WET ROTARY -- TO -- FT. vvi 0 0 0 a4Q� Cia w ° 3 m z� N� zw U)� « a Zo W U 0.o z c� W zd�� o ~ice az t U t� F o o D b. i- N S CL w a Li F a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED 0 TRIAXIAL COMPRESSION TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 45.3 - 32.3 - 30.3 Stiff dork gray LEAN CLAY (CL) w/sand —w/grass roots 0'-2' —very stiff 2'-6' —yellowish brown and gray w/calcareous and ferrous nodules 2'-10' —very stiff to hard 6'-8' —very stiff 8'-10' Stiff to very stiff reddish brown FAT CLAY (CH) w/calcareous nodules and sand seams 84 107 105 zo 20 1a tB 19 za 40 19 21 0 1 1 20- 07_335DEPTH 25- 30- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. LrG V LGo I. Ji I by UI -, Ui [.y, . I b-. 644 LOG OF BORING NO. G13-45 (GB -45P) PROJECT Mcldord Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Peorlond, Texas LOCATION N 13779382, E 3146955 COMPLETION DEPTH : 40.0 FT. See Plan of Boring9s (Figure 2) SURFACE ELEVATION : 43.78 FT, DATE 10-31-12 SAMPLER : Shelby Tube/Split Spoon 0o �0 0 r w K UNDRAINED SHEAR STRENGTH, TSF LUL" W X HAND PENETROMETER w w _j w Ld m W, DRY AUGER 0.0 TO 27.0 FT. w < a 3 N 0z z r UNCONFINED COMPRESSION zo WET ROTARY : 27.0 TO 40.0 FT, i ai 10 zN w �v za Mw zz UNCONSOLIDATED -UNDRAINED a a In w m p of o H TRIAXIAL COMPRESSION W w DESCRIPTION OF MATERIAL z CL o ¢ a 0 TORVANE PW N� z 0.5 1.0 1.5 2.0 2.5 43.8 Hard dark gray FAT CLAY (CH) w/sond, calcareous and ferrous nodules t3 —w/grass roots 0'-2' —gray 2'-4' 78 15 54 20 34 6 —very stiff 4'-6' —stiff to very stiff gray 17 and brown 6'-8' 24 35.8 Medium stiff to stiff reddish brown and gray 10 LEAN CLAY (CL) 9s tot 2s 44 19 25 nu w/calcoreous and ferrous nodules and silt seams 30.8 Very stiff reddish brown FAT CLAY (CH) w/sand and 1 silt seams and calcareous 30 nodules —reddish brown and gray 17'-19' —w/ferrous stains 19'-21' 83 23 56 22 34 20 22.a 24 p Stiff gray and brown SANDY LEAN CLAY (CL) w/ferrous nodules and ferrous stains se tto 19 4o t9 2t and sand seams —very stiff to hard w/cloy 22 18.8 2 seams 23'6"-24'6" —w/calcareous nodules 23'-25' 96 22 52 21 31 0 - 16.8 Very stiff reddish brown and gray FAT CLAY (CH) w/sand and silt seams and 12 21 calcareous nodules 3 —w/ferrous nodules and ferrous stains 25'-27' 20 Medium dense brown and gray SILTY SAND (SM) 10.8 —brown lean cloy 30.5'-31' Stiff to very stiff brown 97 23 28 19 9 8.8 35 -&\\§and gray LEAN CLAY (CL) DEPTH TO WATER IN BORING V: FREE WATER 1st ENCOUNTERED AT 27.0 FT, DURING DRILLING; AFTER 15.0 MIN. AT 12.6 FT. _: WATER DEPTH AT 4.5 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13. Continued on Figure A -45o n „ It f z+ T,,., „ 645 LOG OF BORING NO. GB -45 (GB -45P) Cont'd PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO.: 1140185901 City of Peorland, Texas LOCATION : N 13779382, E 3146955 COMPLETION DEPTH : 40.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 43.78 FT. DATE 10-31-12 Ci w o a w w _ - o SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 27.0 FT. � WET ROTARY 27.0 TO 40.0 FT. a N 0 0 w h0 �c� ww W° a3 �' om �� NU- 0 in> aN 'o zN w U az � 0 w 'mow =v za a o vii` otL �w �� Z �U ¢U z s a o a v U a w o z f g d UNDRAINED SHEAR STRENGTH, TSF 0 HAND PENETROMETER r UNCONFINED COMPRESS;ON UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION Q TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 8.8 7.8 3.8 35 Stiff to very stiff brown and gray LEAN CLAY (CL) 67 110 19 17 so 15 14 1 Ain, Ins Soft to very stiff brown and gray SANDY LEAN CLAY (CL) -stiff to very stiff 38'-40' 40 45 50- 55- -6 65 7 DEPTH TO WATER IN BORING s: FREE WATER 1st ENCOUNTERED AT 27.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 12.6 FT. _ : WATER DEPTH AT 4.5 F7., HOLE OPEN TO 40.0 FT. ON 01 -16-13. LOG OF BORING NO. GB -46 PROJECT McHord Water Transmission Line & Road Extension PROJECT NO.: 1140185901 City of Peorlond, Texas LOCATION N 13779388, E 3147259 COMPLETION DEPTH : 15.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION : 46.35 FT. DATE 10-31-12 w 0 w L- LU L, _ CL o M 4. SAMPLER : Shelby Tube/Split Spoon N DRY AUGER 0.0 TO 15.0 FT. WET ROTARY -- TO -- FT. az n 00 ozw ww za w a.3 ow Ln cn� ^- i� '0 w N C,W¢ KO awz = c� w 3 w Cv z a >- o w ~� 0� -iZ a z �U z t t-- �_ Z)V7 a zi t � ww v a x w o - U a UNDRAINED SHEAR STRENGTH, TSF O HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED 0 TRIAXIAL COMPRESSION 7oRVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 46.3 44.3 31.3 Very stiff to hard dark gray LEAN CLAY (CL) w/sand, calcareous and ferrous nodules and gross roots B7 100 101 13 17 22 21 22 25 55 22 33 O Very stiff to hard gray FAT CLAY (CH) w/sand seams —stiff to very stiff 4'-6' —w/calcareous nodules 4'-8' —w/ferrous nodules 4'-10' —very stiff 6'-15' 140 1 15 20- 025335DEPTH 25- 30- 35- DEPTHTO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. 647 LOG OF BORING NO. GB -47 (GB -47P) PROJECT McHord Water Transmission Line & Rood Extension PROJECT NO.: 1140185901 City of Peorland, Texas LOCATION N 13779638, E 3147948 COMPLETION DEPTH : 40.0 FT. See Plan of Barings (Figure 2) SURFACE ELEVATION : 47.14 FT, DATE 11-01-12 c w W = a En M a r < w W SAMPLER : Shelby Tube/Split Spoon DRY AUGER 0.0 TO 21.0 FT.wLj WET ROTARY 21.0 TO 40.0 FT. oz o �0 z 0- a �m ¢� U)~ 0 zw Na n_ o zN az � = w _ U zo o w of �� o� w �� �p aU z ~ � o a b` , U � , X o z a UNDRAINED SHEAR STRENGTH, TSF O NAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION 0 TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 47.1 0 Hard dark gray LEAN CLAY (CL) w/sand, calcareous and ferrous nodules 11 O —w/gross roots 0'-2' —gray and yellowish brown 2'-6' 15 —very stiff 4'-6' 41.1 Very stiff gray and 73 15 44 20 24 yellowish brown FAT CLAY (CH) w/sand, ferrous z3 stains and ferrous nodules —stiff to very stiff 8'-10' 76 97 23 81 29 52 10 —reddish brown 11'-17' 30 15 - 30.1 Very stiff reddish brown and gray LEAN CLAY (CL) w/silt seams 93 104 20 42 20 22go 2 271 —fot clay 19'-20' Reddish brown SANDY SILT (ML) p 26.1 23 17 p Very stiff to hard gray and yellowish brown SANDY LEAN CLAY (CL) w/sand and silt 25 " seams and ferrous stains —w/ferrous nodules 23'-27' 65 112 16 34 17 17 —very stiff 27'-29' 17 p 18.1 Very stiff reddish brown 21 0 3 FAT CLAY (CH) w/sand and silt seams and calcareous 97 97 28 64 25 39 [� nodules —hard brown and gray 33'-40' 12.1 15 35 DEPTH TO WATER IN BORING s-7: FREE WATER 1st ENCOUNTERED AT 20.0 FT. DURING DRILLING; AFTER 15.0 MIN. AT 12.3 FT. T: WATER DEPTH AT 6.8 FT., HOLE OPEN TO 40.0 FT, ON 01-16-13. Continued on Figure A -46o r A It z T_ „ 648 LOG OF BORING NO. GB -47 (GB -47P) Cont'd PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearlond, Texas LOCATION N 13779638, E 3147948 COMPLETION DEPTH : 40.0 FT. See Plan of Borings (Figure 2) SURFACE ELEVATION 47.14 FT. DATE : 11 —01-12 r zo 12.1 7.1 Li z 4 35 - m } N SAMPLER Shelby Tube/Split Spoon W DRY AUGER 0.0 TO 21,0 FT. a a WET ROTARY 21.0 TO 40.0 FT, N p ~o o �� wa w a 3 no m �w 0- zW N� <� a 1_0 C) v ao '. w 3LL z a : o wa p ' aqp <U z �� n ' o a � U r x z F 3 a UNDRAINED 0 HAND 0 UNCONFINED UNCONSOLIDATED TRIAXIAL TORVANE 0.5 1.0 SHEAR TSF PENETROMETER COMPRESSION 1.5 STRENGTH, CONIPRESSiON -UNDRAINED 2.0 2.5 DESCRIPTION OF MATERIAL Hard reddish FAT CLAY (CH) w/sand and silt seams and calcareous nodules —w/ferrous nodules and ferrous stains 38'-40' 4 45- 555566570DEPTH 50- 55- 60- 65- 70- DEPTHTO WATER IN BORING g : FREE WATER 1st ENCOUNTERED AT 20.0 FT, DURING DRILLING; AFTER 15.0 MIN, AT 12.3 FT. _: WATER DEPTH AT 6.8 FT., HOLE OPEN TO 40.0 FT. ON 01-16-13, /vn nen of �M nlnM nnMnMN %Mn 649 LOG OF BORING NO. GB -48 PROJECT McHard Water Transmission Line & Road Extension PROJECT NO. : 1140185901 City of Pearland, Texas LOCATION N 13779758, E 3148838 COMPLETION DEPTH : 15.0 FT. See Plon of Barings (Figure 2) SURFACE ELEVATION : 45.11 FT. DATE 11-01-12 w L. Z o > Li 45.1 Uj = w w m f r N SAMPLER Shelby Tube/Split Spoon w DRY AUGER 0.0 TO 15.0 FT, a WET ROTARY -- TO -- FT. 00 P-'0 �cr LiUj w a a-� m �F cn N, zw Ln �'—' LO a ro zN L) a� z c� w Vic) za o a �� o z -w 1� p � t� ,� a _ J v cI�- (L x a F g a UNDRAINED SHEAR STRENGTH, TSF Q HAND PENETROMETER UNCONFINED COMPRESSION UNCONSOLIDATED -UNDRAINED TRIAXIAL COMPRESSION D TORVANE 0.5 1.0 1.5 2.0 2.5 DESCRIPTION OF MATERIAL 30,1 Hard dark groy FAT CLAY (CH) w/ferrous nodules —w/gross roots 0'-2' —very stiff 2'-4' —W/calcareous nodules 2'-10' —stiff to very stiff gray and brown 4'-6' —very stiff 6'-8' —reddish brown 6'-15' —stiff 8'-10' —very stiff w/sand seams 12'-15' 89 96 100 20 20 31 21 24 29 26 65 51 25 21 40 30 10 0p 1 20 25 30 35 DEPTH TO WATER IN BORING NO GROUNDWATER ENCOUNTERED DURING DRILLING. HOLE OPEN TO 15.0 FT. AT END OF DRILLING. 650 APPENDIX E Phase I Geologic Fault Study 651 PHASE I GEOLOGIC FAULT ASSESSMENT PROPOSED MCHARD ROAD EXTENSION CULLEN BLVD. TO MYKAWA ROAD PEARLAND, BRAZORIA COUNTY, TEXAS SUBMITTED TO: o Texas Department of Transportation PREPARED FOR: FREESE EM5812zNICHOLS SUBMITTED BY: Houston 6120 S. Dairy Ashford Rd. Austin Houston,TX 77072- 10 10 281.933.7388 Ph Dallas 281.933.7293 Fax ASSOCIATES SanAntonio www.hvj.com MAY 19, 2017 652 May 19, 2017 Mr. Naresh Kolli, PE Project Engineer GEOTEST ENGINEERING, INC. 5600 Bindiff Drive Houston, Texas 77036 Re: Phase I Geologic Fault Assessment Report McHard Road Extension From Cullen Blvd. to Mykawa Road Owner: City of Pearland/TXDOT HVJ Report No. HE1610124 Dear Mr. Kolli: Houston 6120 S. Dairy Ashford Rd. Austin Houston,TX 77072-1 0 10 281.933.7388 Ph Dallas 281.933.7293 Fax San Antonio wwwhvj.com Presented herein is our Phase I Geologic Fault Assessment final report for the above captioned project. The study was performed in general accordance with the City of Houston, Department of Public Works & Engineering Infrastructure Design Manual Chapter 11 and our proposal number HE1610124 dated May 31, 2016 and a Houston Geological Society fault assessment guidance document. This report presents HVJ Associates' understanding of the project's scope, the methodology we employed in executing the work, and the conclusions we reached subject to the limitations discussed in Section 8 of this report. It has been a pleasure to work with you on this project, and we appreciate the opportunity to be of service. Please notify us if there are questions or comments or if we may be of further assistance. Sincerely, HVJ ASSOCIATES, INC. Texas Firm Registration No. F-000646 Edward Hawkinson, PG Project Geologist EH/MH/NL/SV Copies Submitted: 4 final & 1 electronic The following lists the pages which complete this report: • Main Text - 16 pages • Appendix B - 30 pages • Plates - 8 pages • Appendix C - 7 pages • Appendix A - 7 pages Sharmi Vedantam, PE Project Manager 653 I .......... ..3 SHARMI P. VEDANTAM ....................._............... , int 100218 'QS ICE N Sharmi Vedantam, PE Project Manager 653 TABLE OF CONTENTS EXECUTIVE SUMMARY....................................................................................i 1. INTRODUCTION...................................................................................................................1 1.1 Project Objective............................................................................................................1 1.2 Project Scope..................................................................................................................1 1.3 Basis of Report...............................................................................................................1 1.4 Qualifications of Licensed Geologist..............................................................................2 2. PROJECT AREA DESCRIPTION..........................................................................................2 3. BACKGROUND......................................................................................................................2 3.1 Geologic Setting.............................................................................................................2 3.2 Nature of Faulting..........................................................................................................3 3.3 Indications of Faulting....................................................................................................3 3.4 Literature Review............................................................................................................4 4. FAULT ASSESSMENT............................................................................................................4 4.1 Review of Aerial Photographs................................................................ ......................... 4.2 Review of Topographic Maps.........................................................................................5 5. RECONNAISSANCE..............................................................................................................5 5.1 Objectives.......................................................................................................................5 5.2 Field Reconnaissance......................................................................................................5 6. RECOMMENDATIONS.........................................................................................................5 7. SUMMARY OF FINDINGS/CONCLUSIONS.......................................................................7 7.1 Findings..........................................................................................................................7 7.2 Conclusions....................................................................................................................8 8. LIMITATIONS.........................................................................................................................8 9. REFERENCES.........................................................................................................................9 654 PLATES SITEVICINITY MAP.....................................................................................................................................1 PROJECTALIGNMENT MAP...................................................................................................................2 PROJECT AREA FAULT PATTERN MAP.............................................................................................. 3 PROJECT AREA FAULT 41A LOCATION MAPS.................................................................................4 PROJECT AREA FAULT 40A HAZARD ZONE MAP...................................................................... 5A PROJECT AREA FAULT 41A HAZARD ZONE MAP...................................................................... 5B FIELD INDICATIONS OF POSSIBLE FAULTING MAP................................................................... C APPENDIX SITEPHOTOGRAPHS................................................................................................................................. A AERIALPHOTOGRAPHS.......................................................................................................................... B TOPOGRAPHICMAPS................................................................................................................................ C 655 EXECUTIVE SUMMARY HVJ Associates, Inc. has completed a Phase I Geologic Fault Assessment for the proposed McHard Road Extension from Cullen Blvd. to Mykawa Road. The project will include installation of storm sewer, new pavement, traffic signals and asphalt widening at major intersections (referred to as the Subject Project Alignment in this report) in Pearland, Texas (see Plates 1 and 2 - Site Vicinity and Project Location Map for the Subject Project Alignment). Our services included a review of available published and unpublished literature on faulting in the area and a site reconnaissance. The Subject Project Alignment is approximately 3.44 miles long and is partially developed with commercial and single-family residential structures. Access to the Subject Project Alignment was limited by fencing from private properties. The available information for this project and the on-site reconnaissance conducted during June 2016 are summarized below: • The project area appears to be near an area south of Houston with well documented fault systems with surface expressions. Two faults have been identified in the geologic literature near the Subject Project Alignment near the intersection of Woody Road and between Stone Road and Max Road. These down to the northwest, southwest to northeast trending Geologic Faults are radial to the Mykawa Oil Field salt dome area that have been identified by the United States Geological Survey (USGS). • Geologic Fault 40A is mapped crossing several streets north of the Subject Project Alignment; extends to the southwest to the area just north of the Subject Project Alignment and possibly crosses the Subject Project Alignment. • Geologic Fault 41A may cross the Subject Project Alignment near the intersection of Woody Road. • Analysis of the 1944, 1975 and 1996 vertical aerial photographs revealed faint linear features or lineament which may be indicative of the documented geologic faults crossing near the west end and east end of the Subject Project Alignment. Development in the project area makes resolution of this feature difficult in later photographs. • Examination of current and historical topographic maps revealed no topographic features and/or stream and drainage patterns that could be related to faulting. • Cracked paving was observed along Woody Road near the Subject Project Alignment and two scraps were observed on both side of Max Road near the intersection of Martin Lane, northeast from the Subject Project Alignment near the west end. The observed cracked paving and scarps are probably related to the documented Fault 40A and Fault 41A in the area and could impact the Subject Project Alignment. No obvious building damage indicating recent fault movement was observed during the field reconnaissance near the location of Geologic Faults 40A and 41A. Based on the information obtained in this study, the potential for active surface faulting in the Subject Project Alignment should be considered high. Geologic Fault 40A is mapped terminating near the.Subject Project Alignment on the west end and three aerial photographs showed it crosses the Subject Project Alignment. This fault was not observed crossing the Subject Project Alignment in the field. Geologic Fault 41A which is mapped near the east end of the Subject Project Alignment near the intersection of Woody Road was observed on one aerial photograph and in the field. We estimate that the faults extend under the Subject Project Alignment area at an angle of approximately 750 (from the horizontal). This dip is typical for faults in the Houston Metropolitan area and is a rough estimate based on invasive fault studies conducted by HVJ Associates in the 656 general project area and from other sources. No faults other than the fault mentioned above were observed and/or documented in the literature on or near the Subject Project Alignment. Faults are not always associated with lineaments. Thus in the absence of definitely recognizable fault scarps or fault -related damage, they may not be identifiable by visual inspection alone. Additionally, vegetative cover and uneven topography can obscure the presence of a fault, especially if it is slow moving or currently inactive. Predicting future fault activity cannot be done with certainty due to the number of variables involved. Dormant or very slow moving faults can be, respectively, reactivated or accelerated due to a number of reasons, including groundwater withdrawals and petroleum production. Based on available information, we cannot rule out fault activity impacting the Subject Project Alignment. We recommend that fault protective measures be designed based on a 50 year Design Criteria Movement of 11 inches vertically within a hazard band extending 300 feet from either side of the faults. Near the west end of the Subject Project Alignment, the portion of the project potentially affected is from about Station 43+00 to Station 49+00 along the Subject Project Alignment between Stone Road and Max Road. Geologic Fault 40A is estimated to cross the Subject Project Alignment at about Station 46+00. Near the east end of the Subject Project Alignment, the portions of the project potentially affected are from about Station 156+60 to Station 162+60 along the Subject Project Alignment near Woody Road and about Station 6+10 to Station 10+10 along Woody Road. Geologic Fault 41A is estimated to cross the Subject Project Alignment at about Station 159+60. These hazard bands might be reduced or eliminated if Phase II Geologic Fault Assessment study is conducted. We recommend that, during construction planning, consideration be given to the proximity of the fault to the project area. Construction should take into account of the potential for fault movement. It should be noted that movement rates are not consistent along the fault and that the rate goes to zero at either end. Pavement crossing the fault locations will experience horizontal and vertical movements. These movements will cause cracking and accelerated deterioration of the pavement structure due to water infiltration. To the extent possible, the area of pavement within the fault hazard zones of influence should be minimized. Where pavements must cross the fault, the pavement section recommended for heavy truck loads should be used near the fault trace. Maintenance budgets should include allowance for replacement of slabs near the fault much more frequently than similar pavements away from the fault. Subsurface utilities crossing the faults will experience vertical and horizontal movements. These movements will cause cracking of pipes and change the invert grades in the vicinity of the faults with time. Drainage in the vicinity of the faults will be impacted by fault movement. Over time the site grades will change near the fault to create an apparent depression that will not drain properly. Two design approaches can be taken for design of buried utilities crossing a fault line. Limited measures to protect the utility can be taken and the utility can be designed to be easily serviced when a break occurs. As an alternative, the section of the utility that is located within the fault zone can be designed to accommodate the projected fault movement without damage. We recommend this approach due to the relatively high impact of a break, unless a Phase II Geologic Fault Assessment study is performed along the alignment to confirm that the faults are not present. One approach to solving the deflection issues is to use jointed pipe within the fault zone that is capable of sustaining the rotation and extension that may occur. We recommend that valves be installed in the pipe near but outside the fault zone in order that the portion of the line within the fault zone can be easily isolated for repair in the event of a break. This executive summary does not fully summarize our findings and opinions. Those findings and opinions are related through the full report only. ii 657 1. INTRODUCTIO 1.1 Project Objective HVJ Associates, Inc. was contracted by GEOTEST Engineering, Inc. (GEOTEST) to perform a Phase I Geologic Fault Assessment for the proposed McHard Road from Cullen Blvd. to Mykawa Road. The project will include installation of storm sewer, new pavement, traffic signals and asphalt widening at major intersections (referred to as the Subject Project Alignment in this report) in Houston, Texas. Published geologic studies have identified two active geologic faults trending through the Subject Project Alignment. These faults are radial to the Mykawa Oil Field Salt Dome and cross the Subject Project Alignment area near its west and east ends. Access to the project area was limited by fencing from private properties. The objective of this study was to identify active faulting along the Subject Project Alignment based on available data and a site reconnaissance and to determine if faulting hazards exist that could affect planned development. 1.2 Project Scope The scope of services for this study were performed in general accordance to City of Houston, Department of Public Works & Engineering Infrastructure Design Manual Chapter 11 "Geotechnical and Environmental Requirements" Section 11.09 Fault Assessment. The following tasks were performed: 1. A search was conducted of available published and unpublished literature on geologic faulting to point out areas of known fault activity and assist in locating direct site-specific evidence. Literature reviewed included publications of the U.S. Geological Survey, Texas Bureau of Economic Geology, Gulf Coast Association of Geological Societies, and the Houston Geological Society. 2. A review of the results of previous fault studies, performed by HVJ Associates, in adjacent areas was conducted and relevant information from those studies was considered for this study. 3. A review of a series of black and white and colored vertical aerial photographs and both recent and historic U.S.G.S. topographic maps was conducted to identify features that may indicate the presence of faulting. 4. A physical site and area reconnaissance was performed to identify and locate features that indicate the presence of faulting. All evidence derived from the literature, photo and map reviews was evaluated in the field and used to locate the position of the ground profiles. 5. This report was prepared summarizing our findings, conclusions and recommendations. 1.3 Basis of Report Although this study has been a reasonably thorough attempt to identify faulting in the vicinity of and on the Subject Project Alignment, there is a possibility that existing faults may have escaped detection due to the inherent limitations of this or similar studies or the inaccuracy of published and unpublished data. If faults are present, the surface evidence may not be well developed or may be obscured by erosion, soil and vegetation cover, and/or new construction. HVJ Associates reserves the right to alter our conclusions and recommendations based on our review of any information obtained after the date of this report. The data obtained during the course of this Assessment and this report is for the sole and exclusive use of GEOTEST. HVJ Associates, Inc. will hold all project data, papers, correspondences and reports pertaining to this study confidential to the extent allowed by law. RSA Our professional services have been performed using that degree of care and skill ordinarily exercised, under similar conditions, by geotechnical consultants practicing in this or similar localities. No warranty, express or implied, is made as to the professional information included in this report. 1.4 Qualifications of Licensed Geologist The primary investigator for this study is Mr. Edward Hawkinson. Mr. Hawkinson holds BS and MS degrees in geology from The Ohio State University and the University of Cincinnati, respectively. Mr. Edward Hawkinson also holds an MBA from the University of Cincinnati. Mr. Hawkinson is a registered professional geologist in Arkansas, Tennessee and Texas (License Number 45). His career encompasses a period exceeding 30 years involving both Phase I and II Geologic Fault Studies, environmental site assessments, hydrogeology, water resource evaluations, NEPA environmental assessments and energy exploration. 2. PROJECT AREA DESCRIPTION The Subject Project Alignment is approximately 3.44 miles long and is partially developed with mixed residential and commercial area in Pearland, Texas. There are residential structures along/near the Subject Project Alignment. 3. BACKGROUND 3.1 Geologic Setting A review of the Bureau of Economic Geology 1992 Geologic Atlas of Texas, Houston Sheet indicates that the uppermost geologic formation underlying the Subject Project Alignment is the Pleistocene Beaumont Formation (map symbol Qb). This formation was deposited on land near sea level in flat river deltas and in inter -delta regions. Soil deposition occurred in fresh water streams and in flood plains (as backwater marsh and natural levees). The courses of major streams and deltaic tributaries changed frequently during the period of deposition, generating within the Beaumont clay a complex stratification of sand, silt and clay deposits. Frequently, stream courses were diverted significant distances from a given point in a backwater marsh, and the water overlying the soil would evaporate since it was cut off from a drainage path. Such water, which would be highly alkaline, would precipitate large nodules of calcium carbonate (calcareous nodules) throughout the surface of evaporation. With the coming of the Second Wisconsin Ice Age, the nearby sea withdrew, leaving the formation several hundred feet above sea level and permitting the soil to desiccate. The process of desiccation compressed the clays in the formation such that they became significantly overconsolidated to a large depth. In addition to pre -consolidating the soil, the process of desiccation, together with the later rewetting, produced a network of fissures and slickensides that are now closed but which represent potential planes of weakness in the soil. The formation weathers to a fairly flat and featureless surface except for numerous rounded shallow depressions and pimple mounds. Two down to the northwest, southwest to northeast trending geologic faults transect the Subject Project Alignment near its west and east ends. These faults are radial to the Mykawa Oil Field salt dome which is located approximately 1 mi. north from the east end of the Subject Project Alignment. In their "Map Showing Surface Faults in the Southeast Houston Metropolitan Area, Texas" (1978) prepared in conjunction with NASA, E.R. Verbeek and U.S. Clanton label these faults as Geologic Faults 40A and 41A mapped near the west and east ends of the Subject Project Alignment, respectively. Geologic Fault 40A terminates near the Subject Project Alignment on the west end and Geologic Fault 41A crosses the Subject Project Alignment near Woody Road (See Plate 4 - Project Area Fault Location Map). 2 659 3.2 Nature of Faulting In the Gulf Coast region of Texas over 200 faults are known or suspected to be active with an aggregate length of approximately 370 miles. Many of these faults are located in the Greater Houston -Galveston area subsidence bowl. Although the existence of most of these faults have been reported in the literature, only 100, with an aggregate length of approximately 140 miles have been mapped at scales suitable for general use. These faults extend offshore several hundred miles and inland north of the Conroe area. Evidence of fault activity includes laterally persistent abrupt changes in the elevation of the ground surface (scarps) where the slope of the land on either side of the fault scarp is similar. Fault scarps can produce linear features (lineaments) on aerial photographs and topographic maps, linear patterns of vegetation that are primarily due to the ponding of water on the downthrown side of the fault, and damage to pavement and other structures. Evidence of active faulting in undeveloped areas may be obscured due to dense vegetation cover such as woods and underbrush. Many faults are classified as growth (down -to -the -coast) faults wherein the dip angle of the fault near the ground surface is very high, averaging 75 degrees. These faults may have been active for a long period of time. As their name implies, growth faults are active during sedimentation, and consequently, subsurface features include increased thickness of geologic units on the downthrown side and increased displacement of these units with depth adjacent to the fault. Another type of fault found along the Gulf Coast is often associated with growth faults. This faults generally parallel growth faults and have a fault -plane dip that is up -to -the coast. Because of their opposite dip and close association with growth faults, these faults are known as antithetic faults. Growth faults and their antithetic faults have a strike or orientation that generally parallels the coast. Movement rates of growth and antithetic faults are slow and generally range from 0.1 in. to slightly more than 1.0 in. per year. Horizontal movements are extensional and depend upon the dip of the fault, generally being about one-fourth to one-half the vertical movement. This surface movements generally occur in a band of significant width which is likely to be different for each fault and to vary along the length of a particular fault. Band widths of 30 to 50 ft. are common, but wider or narrower bands are also found. In general, fault movement rates may be episodic for a specific fault and an extended period of time may pass between movement periods. Fault movement and fault reactivation has been attributed to fluid withdrawals from pumping of groundwater and oil and gas production, however the predominant affect of this fluid pumping has been local and regional ground subsidence. Fault movement and subsidence rates are documented in Houston where older structures or roadways can display damage. Other types of faults found along the Gulf Coast are those associated with salt domes. Faults immediate to or overlying salt domes may have surface expressions that tend to be shorter in length and may form either an irregular radial or offset pattern around the salt dome. Away from the dome tangential faults may be present. Unlike growth faults, the orientation of dome -related faults does not follow a general orientation, that is, they can have strikes that are randomly oriented. Many faults mapped in the subsurface are inactive and do not extend to the surface. 3.3 Indications of Faulting Evidence of faulting at the surface is not always readily identifiable and can also be falsely inferred. Topographic features such as escarpments associated with river terraces may resemble a fault scarp. However, in many cases these features cannot be traced laterally for any substantial distance, or the relative direction of movement observed might change significantly which would indicate the feature is not related to active faulting. Normal deterioration on existing buildings and other structures may produce damage that may resemble damage associated with active faulting. Other sources of linears that can erroneously suggest faulting include clearings made for seismic surveys during oil exploration, fence lines, stratigraphic contacts, or drainage patterns. In most cases, the observed linears on aerial photographs are related to changes in vegetation, while on topographic maps they are related to changes in slope and/or drainage patterns. 3 ol317 Though the existence of river terraces and other linear natural topographic features does not necessarily indicate the presence of a fault, there are times wherein fault scarps are coincident with and are the progenitors of these features. Additionally, there are instances where the fault may be offset from such a topographic feature yet nevertheless is the cause of its existence and the control on its orientation. In undeveloped terrains covered by dense forest and underbrush and possessing varied topographic relief, the visual, onsite identification of fault scarps can be difficult. Lineaments that could be associated with faulting are likely to be masked by the heavy overgrowth. In such environments, several lines of boreholes across the study area may be needed to supplement the aerial photograph/topographic map analysis and field reconnaissance. Electric log data obtained from these boreholes can provide an idea of subsurface conditions and the likelihood of fault existence. 3.4 Literature Review We reviewed available literature on faults in the area which include USGS publications, university research papers and professional society publications. Although faults exist, seismic activity is not a concern based on the site's location in Seismic Zone O of the Uniform Building Code. Many of the faults in the Texas Gulf Coast region are considered growth (down -to -the -coast) faults in which the dip angle of the fault near the ground surface averages 75 degrees. Since growth faults are active during sedimentation, subsurface features include increased thickness of geologic units on the downthrown side, and increasing displacement of these units with depth adjacent to the fault. Movement rates of these faults range from less than 0.1 to over 1.0 inches per year. Plate 3 shows the regional trend of some of these faults based on our literature review. United States Geological Survey Open File Report 78-797 "Map Showing Surface Faults in the Southeast Houston Metropolitan Area, Texas" by E.R. Verbeek and U.S. Clanton (1978) shows southwest to northeast trending down to the northwest Geologic Faults 40A and 41A. These faults are radial to the old Mykawa Oil Field. The U.S.G.S. map which shows Geologic Fault 40A terminating near the Subject Project Alignment and Geologic Fault 41A crossing the Subject Project Alignment. See Plate 4 - Project Area Fault Location Map. The most current research for the Subject Project Alignment area was found in a paper by Khan et al, "Case History a Geophysical Investigation of the Active Hockley Fault System near Houston, Texas, GEOPHYSICS, Vol. 78, No. 4 Quly-August 2013). Using geophysical data, they examined the fault systems in the Houston Metropolitan Area with emphasis on the Hockley Fault System in northwest Harris County. They used airborne LiDAR to identify fault scarps and identified several new faults and assemble an updated map for the faults in Houston and surrounding areas. They used two different LiDAR data sets (from 2001 to 2008) to develop their area fault map. 4. FAULT ASSESSMENT 4.1 Review of Aerial Photographs For the Subject Project Alignment, we obtained a series of aerial photographs for the years 1930, 1944, 1953, 1965, 1975, 1977, 1989, 1996, 2004 and 2014 taken under various conditions including some taken prior to substantial disturbance or covering the natural ground surface (these aerial photographs are provided in Appendix B). Based on this review, we found two possible faults crossing the Subject Project Alignment. The 1944, 1975 and 1996 aerial photographs show some linear shading which may be indicative of the mapped Geologic Fault 40A near the west end of the of the Subject Project Alignment. The 1944 aerial photograph shows some linear shading which may be indicative of the mapped Geologic Fault 41A near the east end of the Subject Project Alignment. No other possible fault(s) were observed on the earlier 1930 aerial photographs due to 4 661 its poor quality or on the 1953 and later aerial photographs due to modifications of the landscape and other factors. In viewing aerial photographs, features that may indicate the presence of a fault, include tonal variations in vegetation, areas of standing water and lineations associated with drainage patterns. This features by themselves do not prove that a fault is present, but allow for more effective topographic map review and field reconnaissance. 4.2 Review of Topographic Maps HVJ Associates reviewed the 1929 and later Pearland area topographic maps for the project area. Because of project area terrain with relatively low relief and five-foot contour intervals, no obvious lineaments or other features indicative of geologic faulting were observed on these maps. 5. RECONNAISSANCE 5.1 Objectives A field reconnaissance was performed during June 2016 on foot and by automobile to observe the subject areas and to observe areas identified through literature research and on topographic maps for evidence of faulting. 5.2 Field Reconnaissance During the course of the field reconnaissance, paved roads adjacent to and within the study area were examined for road surface flexures and/or cracks that would be indicative of faulting. Cracked paving and two scarps potentially related to Geologic Fault 40A were observed along Roy Road, Green Hill Road and along Max Road near the Subject Project Alignment. Cracked paving potentially related to Geologic Fault 41A was observed along Woody Road near the Subject Project Alignment. No obvious building damage indicating recent fault movement was observed during this reconnaissance. A series of site photos showing the fault locations and descriptions of what we observed along the Subject Project Alignment and the surrounding local streets is provided in Appendix A. Plate 6 shows the data we collected during our field reconnaissance. A sag zone is a depressional feature on the downthrown side of a fault which can cause drainage problems near a fault. While sag zones are a common feature associated with active faults, no evidence of a sag zone was observed during our field reconnaissance at the fault locations. It should be noted that a common complication in many fault studies is that much of the evidence normally used to map surface traces of faults in the Gulf Coast have been destroyed in developed areas. Only the most active and damaging faults or faults whose scarps are of substantial height are likely to be noticed during mapping of developed areas. Mapping of faults is most difficult in areas with recent development; however, in older developed areas the fault can be located quite accurately at many points where it has damaged buildings, road and other manmade structures. The trace of the Geologic Fault 40A near the west end and Fault 41A near the east end along the Subject Project Alignment has been obscured by landscape modifications along and near the Subject Project Alignment area. 6. RECOMMENDATIONS Since two faults which are well documented in the geologic literature, by field observation and by aerial photographs may cross on or near the Subject Project Alignment area, we recommend fault protective measures are required for a buried utility. These measures are determined based on the size of the utility, the method of installation, and the fault activity. While there is some uncertainty of whether Geologic Fault 40A or Geologic Fault 41A actually crosses the Subject Project Alignment, we recommend that the proposed utilities in particular be designed with protective 5 662 measures unless additional study is done to confirm that faulting is not present. We recommend that fault protective measures be designed based on a 50 year Design Criteria Movement of 11 inches vertically within a hazard zone extending 300 feet from either side of Geologic Fault 40A and Geologic Fault 41A. Near the west end of the Subject Project Alignment, the portion of the project potentially affected is from about Station 43+00 to Station 49+00 along the Subject Project Alignment between Stone Road and Max Road. Geologic Fault 40A is estimated to cross the Subject Project Alignment at about Station 46+00 (see Plate 5A). Near the east end of the Subject Project Alignment, the portions of the project potentially affected are from about Station 156+60 to Station 162+60 along the Subject Project Alignment near Woody Road and about Station 6+10 to Station 10+10 along Woody Road. Geologic Fault 41A is estimated to cross the Subject Project Alignment at about Station 159+60 (see Plate 5B). We recommend that, during construction planning, consideration be given to the proximity of the fault to the project area. Construction should take into account of the potential for fault movement. It should be noted that movement rates are not consistent along the fault and that the rate goes to zero at either end. Pavement crossing the fault locations will experience horizontal and vertical movements. These movements will cause cracking and accelerated deterioration of the pavement structure due to water infiltration. To the extent possible, the area of pavement within the fault hazard zones of influence should be minimized. Where pavements must cross the fault, the pavement section recommended for heavy truck loads should be used near the fault trace. Maintenance budgets should include allowance for replacement of slabs near the fault much more frequently than similar pavements away from the fault. Subsurface utilities crossing the faults will experience vertical and horizontal movements. These movements will cause cracking of pipes and change the invert grades in the vicinity of the faults with time. Drainage in the vicinity of the faults will be impacted by fault movement. Over time the site grades will change near the fault to create an apparent depression that will not drain properly. Two design approaches can be taken for design of buried utilities crossing a fault line. Limited measures to protect the utility can be taken and the utility can be designed to be easily serviced when a break occurs. As an alternative, the section of the utility that is located within the fault zone can be designed to accommodate the projected fault movement without damage. We recommend this approach due to the relatively high impact of a break, unless a Phase II Geologic Fault Assessment is performed along the Subject Project Alignment to confirm that the fault is not present. The utility design at the fault crossing needs to address the following fault -related design issues in addition to the normal utility design issues: 1. Vertical loads due to the fault displacement, 2. Lateral loads due to the fault offset, 3. Loss of support beneath a portion of the utility due to fault displacement, 4. Tension stress in the utility due to fault extension, and 5. Rotation and extension at the utility pipe joints due to fault displacement. One approach to solving the deflection issues is to use jointed pipe within the fault zone that is capable of sustaining the rotation and extension that may occur. These design issues and our related recommendations are discussed in the following paragraphs. We recommend that valves be installed in the pipe near but outside the fault zone in order that the portion of the line within the fault zone can be easily isolated for repair in the event of a break. Vertical Load. The fault is projected to produce up to about 11 inches of vertical offset over a fifty- year period. This vertical loading will deform the pipe and needs to be accommodated without damage to the pipe. 0 663 Lateral Load. The fault is projected to produce up to about four inches of lateral movement over a fifty-year period. To the extent that the pipe centerline does not cross perpendicular to the fault lateral loads can be generated. These lateral loads will deform the pipe and need to be accommodated without damage to the pipe. Loss of Support. The pipe will tend to "bridge" and lose contact with the underlying soil for some distance on the downthrown side of the fault. The pipe must be designed to accommodate this loss of support without damage. Tension Stress. The fault is projected to produce about 4 inches of horizontal extension along the alignment over a fifty-year period. The soil structure friction will produce tension stresses in the pipe because of the extension which need to be resisted by the pipe without damage. This tension may also have a tendency to disengage joints between pipe sections located within the fault area. Backfill and Beddins. Rigid backfill and bedding materials, such as cement stabilized sand, should not be used within the fault hazard zone identified in this report. Rigid materials can cause stress concentrations leading to highly localized failure of the pipe, and they may make access to the pipe for repair more difficult. Crushed rock with sand backfill is preferred. Within the hazard zone, we recommend that the trench be lined with a geotextile filter installed per the manufacturer's recommendations. This lining will serve to prevent infiltration of natural soil into the backfill and will prevent sediment inflow into the pipe in case of breakage or joint distress. Alignment. We recommend that no sensitive structures be installed within the hazard zone. Sensitive structures include manholes, valves, access manways and similar facilities. 7. SUMMARY OF FINDINGS/CONCLUSIONS Based on our site reconnaissance and review of available information obtained for this project, our findings and conclusions are summarized below: 7.1 Findings The Subject Project Alignments appear to be in an area of Houston with well documented fault systems with surface expressions. Two main active surface faults are present along the Subject Project Alignment. These faults are down to the northwest, southwest to northeast trending fault identified by the United States Geological Survey (USGS) which is radial to the Mykawa Oil Field salt dome area. Geologic Fault 40A is mapped crossing Max Road and Roy Road and terminates in a wooded area near the Subject Project Alignment. Its approximate location is depicted on Plates 3, 4 and 6. During site reconnaissance, an obvious expression of Geologic Fault 40A in the form of cracked paving and two scarps were observed at/near Max Road, Green Hill Road and Roy Road, northeast of the Subject Project Alignment. Geologic Fault 41A is mapped crossing the Subject Project Alignment near Woody Road. Its approximate location is depicted on Plates 3, 4, and 6. During site reconnaissance, an obvious surface expression of this fault was observed along Woody Road near the Subject Project Alignment. The 1944, 1975 and 1996 aerial photographs show some faint linear shading which may be indicative of the mapped Geologic Faults 40A near the west end of the Subject Project Alignment. The 1944 aerial photograph shows some faint linear shading which may be indicative of the mapped Geologic Faults 41A near the east end of the Subject Project Alignment. No other possible fault(s) were observed on the earlier 1930 aerial photograph due to poor photograph quality and on the 1953 and later aerial photographs due to modifications of the landscape and other factors. Examination of the 1929 historical topographic map and later topographic maps for the project area 7 664 showed no alignment or linear features that could be interpreted as fault related. This is due in part to the project area terrain with relatively low relief and five-foot contour intervals. 7.2 Conclusions Based on the information obtained in this study, the potential for active surface faulting along the Subject Project Alignment should be considered high. Geologic Fault 40A terminates near the Subject Project Alignment on the west end. The location of this fault is documented in the geologic literature, on three aerial photographs and by field reconnaissance. It should be noted that we observed no indications that this fault crossing the proposed McHard Road, however, since it is mapped terminating near the proposed McHard Road we recommend a hazard zone for this location. We conclude that Geologic Fault 40A may cross the proposed McHard Road near the west end of the Subject Project Alignment. Geologic Fault 41A is documented in the geologic literature crossing the Subject Project Alignment near Woody Road and was observed in the field and on one aerial photograph. We estimate that these faults extend under the Subject Project Alignment at an angle of approximately 750 (from the horizontal). This dip is typical for faults in the Houston Metropolitan area and is a rough estimate based on invasive fault studies conducted by HVJ Associates in the general project area and from other sources. We conclude that fault hazard zones are appropriate for two locations along the Subject Project Alignment and one location along Woody Road. The portions of the project potentially affected are from about Station 43+00 to Station 49+00, from about Station 156+60 to Station 162+60 along the Subject Project Alignment and from Station 6+10 to Station 10+10 along Woody Road. The need for these hazard zones might be reduced or eliminated if a Phase II Geologic Fault Assessment is conducted. No faults other than these two faults mentioned above were observed and/or documented in the literature on or near the Subject Project Alignment. Faults are not always associated with lineaments. Thus in the absence of definitely recognizable fault scarps or fault -related damage, they may not be identifiable by visual inspection alone. Additionally, vegetative cover and uneven topography can obscure the presence of a fault, especially if it is slow moving or currently inactive. Predicting future fault activity cannot be done with certainty due to the number of variables involved. Dormant or very slow moving faults can be, respectively, reactivated or accelerated due to a number of reasons, including groundwater withdrawals and petroleum production. 8. LIMITATIONS The conditions and recommendations contained in this report are based on our review of available documents and field geologic mapping techniques. Shallow soil conditions, cultural activities, new construction, slow movement rates, and repair of existing fault damage may obscure fault -related features. This report is an instrument of service of HVJ Associates, Inc. The report was prepared for and is intended for the exclusive use of GEOTEST, the City of Pearland and TXDOT. The report's contents may not be relied upon by any other parry without the express written permission of HVJ Associates and GEOTEST. The report's findings are based on conditions that existed on the dates of HVJ Associates site visit(s) and should not be relied upon to precisely represent conditions at any other time. All conclusions are qualified by the fact that no excavations or borings were made and no geophysical surveys or logging was conducted. Conclusions about site conditions under no circumstances comprise a warranty that conditions in all areas within the site and study area (and below existing grade) are of the same quality that HVJ Associates has inferred from observable site conditions. E:3 665 HVJ Associates' findings and conclusions must be considered probabilities based on professional judgment applied to the limited data HVJ Associates was able to gather during the course of this fault study. 9. REFERENCES The following references were used to compile this report: • Approximate Land -Surface Subsidence in the Houston -Galveston Region, Texas, 1906-78, 1943-78, and 1973-78, Open File Report 80-338, US Geological Survey, March 1980. • Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B. M., and D. F. Scranton, cartography, scale 1:500,000. • Clanton. U.S. and Amsbury, D. L., 1976, Active Faults in Southeast Harris County, Texas: Environmental Geology, v. 1, no. 3. • Coplin, L.S., and Galloway, D.L., 1999, Houston -Galveston, Texas: Managing coastal subsidence, in D. L. Galloway, D. R. Jones, and S. E. Ingebritsen, eds., Land Subsidence in the United States: U.S. Geological Survey Circular 1182, 35-48. • Engelkemeir, R., and S. D. Khan, 2007, Near -surface geophysical studies of Houston Faults: The Leading Edge, 26,1004-1008. • Engelkemeir, R., and S. D. Khan, 2008, LiDAR Mapping of Faults in Houston, Texas, USA: Geosphere, 4,170-182. • Khan, Stewart, Otoum, Chang, 2013, Case History a Geophysical Investigation of the Active Hockley Fault System near Houston, Texas, GEOPHYSICS, Vol. 78, No. 4 (July -August 2013); P. B177—B185,7 FIGS. • Kreider, C.W., 1976, Lineations and Faults in the Texas Coastal Zone, Report of Investigations No. 85, Bureau of Economic Geology, the University of Texas. • Kreider, C.W., 1978, Faulting and Land Subsidence from Groundwater and Hydrocarbon Production, Houston -Galveston, Texas. Bureau of Economic Geology, Univ. of Texas at Austin, Research Note 8. • Mastroianni, JJ, 1991, Study of Active Fault Movement, Houston, Texas and Vicinity. Unpublished M.S. Thesis, University of Houston. • Pratt, W.E., and D.W. Johnson, 1926, Local Subsidence of the Goose Creek Oil Field, Journal of Geology, 34, 577-590. • Roberts, G., and A. Michetti, 2004, Spatial and Temporal Variations in Growth Rates along Active Normal Fault Systems: An example from the Lazio-Abruzzo Appenines, central Italy: Journal of Structural Geology, 26, 339-376. • Saribudak, M., 2011, Geophysical mapping of the Hockley Growth Fault in Northwest Houston, USA, and Recent Surface Observations: The Leading Edge, 30,172-180. L1 666 • Shaw, S., and J. Lanning-Rush, 2005, Principal faults in the Houston, Texas, Metropolitan Area: U. S. Geological Survey Scientific Investigations Map 2874. • Sheets, M. M., 1971, Active Surface Faulting in the Houston area, Texas: Houston Geological Society Bulletin, 13, 24-33. • Sheets, M. M., 1979, Oil Fields, Subsidence and Surface Faulting in the Houston Area: Houston Geological Society Guidebook, 24. • Shelton, J., 1984, Listric Normal Faults: An Illustrated Summary: AAPG Bulletin, 68, 801-815. • Soil Survey of Harris County Texas, Soil Conservation Service, US Department of Agriculture, 1972. • United States Geological Survey (various scales), 1995 and earlier. • Verbeek, E. R., 1979, Surface Faults in the Gulf Coastal Plain between Victoria and Beaumont, Texas: Tectonophysics, 52, 373-375. • Verbeek, Ratzlaff and Clanton, 1979, U.S. Geological Survey Miscellaneous Field Studies, Map MF -1136, Faults, Houston Metropolitan Area, Texas. • Verbeek and Clanton, 1981, Historically Active Faults in the Houston Metropolitan Area, Texas, in Houston Area Environmental Geology: Surface Faulting, Ground Subsidence, Hazard Liability, Houston Geological Society. 10 667 PLATES 668 1 2 3 4 .5 6 7 H K A B` C t e R a. i.. ei 1 <Mw C 3. i 5 . ` D mmS — ValUrJe ti(] I i3 "•a f": §� � o i1Vtll'JC i,t kd3t g .. �, tsJ H47E Btt3 :T4 t.ha't.trt` YY' v �+,��Y.tww Gf Ytfia�t Rat%¥ fi QN F p!s_ E ri�ntt k.t YIEP$E �T � Page n � A 4fi irsi }�Pla n N Pffik°.. 1 PROJECT ALIGNMENT SUBJECT PR Q ( t: G 5iaeggtU 3tacxaaelas - Ckcnasi ° : Ai• suura 'sc �e -. <- F �, vww �MaNao-Na»eutt'�*waw*4`�& v 5 s .., V=3id�d 1.dVv 11 1 2 3 4 S 6 7 K ■E CITY OF HOUSTON Department of Public Works and Engineering Geographic Information & Management System (GIMS) trig' ` AER: THIS MAP REPRESENTS THE BEST INFORMATION AVAILABLE TO THE. CITY. DISCLIM �y+ TIM CITY DOES NOT WARRANT ITS ACCURACY OR COMPLETENESS. t FIELD VERIFICATIONS SHOULD EE DONE AS NECESSARY. 6120 S. Dairy Ashford Road Houston, Texas 77072-1010 281.933.7388 Ph 281.933.7293 Fax APPROVED BY: PREPARED BY: 016 EH NL F SITE VICINITY MAP logic Fault Assessment — McHard Road Extension From Cullen Blvd, to Mykawa Road DRAWING NO.: SCALE:NTSHE 1610124 PLATE] 1� �Ivffvt,-49 - 17 I iW �47 61205 H—J—Ashford7072.1010 281.937.]3N8 Po 281.933.7293 Ra DATE 6/22/2016 APPROVED i�EPARED BY: EH NL PROJECT ALIGNMENT MAP Geologic FaultAssessment — McHard Extension From Cullen Blvd to Mykaw PROIECr NO.: DRAWING NO.. SCALE: NTS HE161 0124 � PLATE 5 KM WILLIAM P. HOBBY AIRPORT MYKAWA ^r FIE APPROXIMATE PROJECT AREA Note: Modified after Verbeek and Clanton (1978) S. HOUSTON FIELD ELLINGTON A.F.R. lift m with Hastings s�F! JCLEAR LAKE� f FIELD EBSTER FIIELD ONASA- isc Drawn: NL Checked: EH Plate 3 Project Area Fault Pattern Map Geologic Fault Study - McHard Road Extension .,c, 4-rtI Date: June 2016 From Cullen Blvd. to Mykawa Pearland, Texas Report No. HE1610124 Scale: NTS 671 672 II I STA 49+26.54 CURVE pATw A _ 24.34' R 6 ... 1000.00 0„80 T- 215.03' L -• 424.75' C2 .' 7il:SJF![E-yTl 50•«00 - I' R .M 1988 DO' STA 46.37.11 / T 228.10' C 1 1 I. - 454.33' p zRyE14 3`4', R 965.00' ' T 208.06' /L - 409.88' , i _ PRC STA 52+46.99 , K 1 f.... APPROX. FAULT 40A LOCATION \ k o Fault hazard zone extends 300 feet on either side of the Fault 40A location. SCALE:NTS 55-x00 PRG STA 53+50.29 55+00 A V37_S9' R >. f t2oo. 00' T 340.29'' L 658.00 C,3 r, _ C12 T R _ 1035.00' L = 878.96' —� 61205. Dau' AWdad Rad H --T-7 ] 0711010 281 913.]388 PL 2N 1.933.893 Fu 6/2 DATE: 2/2016 APPROVED BY: I PREPARED BY: EH NL FAULT 40A HAZARD ZONE MAP Geologic Fault Assessment _ McHard Road Extension From Cullen Blvd. to Mykawa )ECT NO.: DRAWING NO.: HE1610124 PLATESA , N8T 00' 41-E 1.976,47 PC STA d4-63.12 1 \I 1 '- R 2000.00' 45 I �. ``, 40100 On \ T 232.25' \ L 462.42' PC STA 43+82.78 G l' .. McHard RD 1 Ivo+oo 4s.ao 5-00 ' /C''yl,O STA 49+26.54 CURVE pATw A _ 24.34' R 6 ... 1000.00 0„80 T- 215.03' L -• 424.75' C2 .' 7il:SJF![E-yTl 50•«00 - I' R .M 1988 DO' STA 46.37.11 / T 228.10' C 1 1 I. - 454.33' p zRyE14 3`4', R 965.00' ' T 208.06' /L - 409.88' , i _ PRC STA 52+46.99 , K 1 f.... APPROX. FAULT 40A LOCATION \ k o Fault hazard zone extends 300 feet on either side of the Fault 40A location. SCALE:NTS 55-x00 PRG STA 53+50.29 55+00 A V37_S9' R >. f t2oo. 00' T 340.29'' L 658.00 C,3 r, _ C12 T R _ 1035.00' L = 878.96' —� 61205. Dau' AWdad Rad H --T-7 ] 0711010 281 913.]388 PL 2N 1.933.893 Fu 6/2 DATE: 2/2016 APPROVED BY: I PREPARED BY: EH NL FAULT 40A HAZARD ZONE MAP Geologic Fault Assessment _ McHard Road Extension From Cullen Blvd. to Mykawa )ECT NO.: DRAWING NO.: HE1610124 PLATESA I L8 11-.28 N86' 55' 29'E 2,038.95` 150+00 WS' 5$e 29'E 2.04+0-19' McH CURVE DATA d - 4.150' R = 2035.04' T = 86.29' L 172 PC STA 16 5.05 - 160*00 --% 150+OG PC 5MA 159+74.76 155+00 .' 160+0() CURVE DATA ' A = 4.80' R 200 0' T = , W L 169.5 1 ' i APPROX. FAULT 41A LOCATION Fault hazard zone extends 300 feet on either side of the Fault 41A location. L N82' C4' 08-L C18 L 165+U0 257.40' PC STA 1644-04.63 CB PT STA 162+24.56 o C17 PT STA 151 +47.23 i t• N3" 30' OA'W 1,353 9s' 61205.Dairy F.110 dRoel H 1,933. Tccue]]0]LI010 281.971,+)08 Po 281 977.]293 Fes DATE: 8/30/-016 APPROVED BY: PREPARED BY: EH RE FAULT 41A HAZARD ZONE MAP Geologic Fault Assessment — McHard Road Extension From Cullen Blvd. to Mykawa PRO]ECF NO.: DRAWING NO.: SCALE: NTS HE1610124 PLATE 56 NOTES: See Appendix A for site photos and descriptions. H. S. Dory 77072 Rwd 281. 31. Tc.,,, 77072.1010 281.933.)393 Po 281.933.T293 Fa. DATE: 6/22/2016 APPROVED BY: PREPARED BY: EH I NL FIELD INDICATIONS OF FAULTING Geologic Fault Assessment — McHard Road Extension From Cullen Blvd. to M kawa PROJECT NO.: DRAWING NO.: SCALE: NTS HE161 )124 PLATE 6 N � .1.ih� ^l �•:. Vi C Slll' y�V,_ ,i 'y , t'" ' � +�;.1 1 i t.) �� NOTES: See Appendix A for site photos and descriptions. H. S. Dory 77072 Rwd 281. 31. Tc.,,, 77072.1010 281.933.)393 Po 281.933.T293 Fa. DATE: 6/22/2016 APPROVED BY: PREPARED BY: EH I NL FIELD INDICATIONS OF FAULTING Geologic Fault Assessment — McHard Road Extension From Cullen Blvd. to M kawa PROJECT NO.: DRAWING NO.: SCALE: NTS HE161 )124 PLATE 6 APPENDIX A SITE PHOTOGRAPHS 676 Photo 1. View of cracked pavement crossing Suburban Garden Road and new asphalt pavement. Photo 2. View of cracked pavement leading to the driveway at 2126 Kelly Drive. GEOTEST ENGINEERING, INC. Phase I Fault Assessment — McHard Road Extension from Cullen Blvd. to Mykawa Road HVJ Associates Project No. HE1610124 677 r Photo 3. View of cracked driveway pavement at 2105 Kelly Drive. Photo 4. View of cracked pavement in front of 1904 Orchard Frost Drive. GEOTEST ENGINEERING, INC. Phase I Fault Assessment — McHard Road Extension from Cullen Blvd. to Mykawa Road HVJ Associates Project No. HE1610124 678 ill mf () 5, A )t multiple cracked pavement crossing \Good- Road nc:ir the Subject Project Alignment. Photo 6. View from Woody Road looking west along the proposed Subject Project Alignment. GEOTEST ENGINEERING, INC. Phase I Fault Assessment — McHard Road Extension from Cullen Blvd. to Mykawa Road HVJ Associates Project No. HE1610124 679 Photo T. Vie-,% from W o0 civ Road looking east along the proposed Subject Project Alignment. Photo 8. View looking north from Wood Road and the proposed Subject Project Alignment. GEOTEST ENGINEERING, INC. Phase I Fault Assessment — McHard Road Extension from Cullen Blvd. to Mykawa Road HVJ Associates Project No. HE1610124 680 Photo 9. View of cracked pavement crossing Roy Road/County Road 105. 11� Photo 10. View of possible fault scarp near Green Hill Road cul-de-sac. GEOTEST ENGINEERING, INC. Phase I Fault Assessment — McHard Road Extension from Cullen Blvd. to Mykawa Road HVJ Associates Project No. HE1610124 681 Photo 11. View of possible fault scarp adjacent to Max Road/County Road 108. Photo 12. View of cracked pavement crossing Max Road/County Road 108. GEOTEST ENGINEERING, INC. Phase I Fault Assessment — McHard Road Extension from Cullen Blvd. to Mykawa Road HVJ Associates Project No. HE1610124 APPENDIX B AERIAL PHOTOGRAPHS 683 GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) .:. GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 687 688 GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 689 GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 690 1944 WEST AREA HISTORICAL AIR PHOTO d V GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 691 `JUYS�t C 1 FKUjJ:!l.l AI "1lT1VMLIV i -WHARD ROAD 1930 WEST AREA HISTORICAL AIR PHOTO GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 692 4 f � 41 1` SUBJECT 1R��ECT ALIGNMENT mss..' { t m e L , a A r Ar a Jq r 1 1 -7r-7 "' ' u`^R E -li � I » Jam• +vv � r � `SUBJECT PROJECT ALIGNMENT ■ a 1996 CENTRAL AREA HISTORICAL AIR PHOTO v GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 695 e e ge a •�•, �' r. , iy b r 4h k ��' ? n -0¢'�e,T`K a f, b Ad 1996 CENTRAL AREA HISTORICAL AIR PHOTO v GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 695 e e ge a •�•, �' r. , iy b r 4h k ��' ? n -0¢'�e,T`K 1996 CENTRAL AREA HISTORICAL AIR PHOTO v GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 695 P• iy ir- t. c x r �+ �� � � � � � � ♦� � tail y-,, SUBJECT PROJECT r.NMENT .16 ° r a i _ _.. std, . oO iCC -...,....w„r....o,...>w...,+.•_ ... �.a......e.-......,.......,C -,= i �. � i� .. l! 'i�•`!� y'..f�� ..�—.....s.r.�.-i.-. .F.. f r f r � 1977 CENTRAL AREA HISTORICAL AIR PHOTO U , GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 697 GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEAFL_AND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 700 GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 701 All �c �ury.:.mxrm�v'Rsm..ww�aa'.I�.at5s6 ea:am�a.. xm en..u-.azs7_r„..a- . es -w¢ yes^. MsrLzt¢zu.,a axer.,...ux mn._erx.�nw�--�c«a. .x mewwso-rvasee��r zwexseerrvaae-..:r..a.�s.+ev.�-a�_a�rore'.n`roMp.ltt" M F 41, $+�;�. Tn'ln /`L7AT'7'D AT ADL'A T-lTCTl10T!`AT ATD DTJ"r" VL'.V lI_'.J1 i'il\IVll1II_'.jQKkll\Ill rr119JI.:. 1 VJ_.VLvlJ1l.. 1'L1vL1 r1JJL.JJau:i\1 MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) �Y 702 � 4 `gyp All �c �ury.:.mxrm�v'Rsm..ww�aa'.I�.at5s6 ea:am�a.. xm en..u-.azs7_r„..a- . es -w¢ yes^. MsrLzt¢zu.,a axer.,...ux mn._erx.�nw�--�c«a. .x mewwso-rvasee��r zwexseerrvaae-..:r..a.�s.+ev.�-a�_a�rore'.n`roMp.ltt" M F 41, $+�;�. Tn'ln /`L7AT'7'D AT ADL'A T-lTCTl10T!`AT ATD DTJ"r" VL'.V lI_'.J1 i'il\IVll1II_'.jQKkll\Ill rr119JI.:. 1 VJ_.VLvlJ1l.. 1'L1vL1 r1JJL.JJau:i\1 MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) �Y 702 2014 EAST AREA HISTORICAL AIR PHOTO GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 703 2004 EAST AREA HISTORICAL AIR PHOTO U , GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PRARi.AND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 704 1996 EAST AREA HISTORICAL AIR PHOTO U , GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 705 _ K w r r ' i • A C✓ 1 •._• tea: - '^ �a f ; ._ f SU13JECT PROJECT_A,LIGNM T" rlt Eltsnntlri: icrfi ..s - '�s-,,� '�, 707 1975 EAST AREA HISTORICAL AIR PHOTO U , GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 708 » r a w L - L Jr •� ¢-*or SUBJECT PROJECjI AI IGNMEI�T,. IN s ik- J 1953 EAST AREA HISTORICAL AIR PHOTO v GEOTEST ENGINEERING PHASE I GEOLOGIC FAULT ASSESSMENT MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 710 MCHARD ROAD EXTENSION PROJECT PEARLAND, BRAZORIA COUNTY, TEXAS (SCALE ADJUSTED) 712 APPENDIX C TOPOGAPHIC MAPS 713 411a 60 1 � _ ,C h ►A S ? .� STsra a �. � � 6 ..'17L. f }� a qy J.. A ��. tYY•.sa���-'«:v_ .f, P!.«�-f ..... ........... a• arsx•xs'ss ssasgE �� •r ` j so sfss ,6 $4 BVI � aS q lk kyr ;i_. �... � � ��" % � •"�a._bv1' �eawm•amnscr ""S`i. {�- - wife a ) ya 1 10, y .. _ e .. 1��_ ....---__ _....._...... +ma k� �'1... ___ ..::.:. _ ...... .,u. i� r _�:,•'—..._.__.____. ...._.�.. ...ter .... ti j S PF.AlkL;�T�Jt) u n, —�_..._ {., • �.,� ;, t t I �. „ {L x ,� �.1 :11p f a 11 u - ii I J0, � q— ,; ,y...-� ,� �'-} � 1 �.• - '.-.':. 4_..- i ='. ;.csr� tea. 111 r� k �": �/ ..-'.. r ` ' or Drawn: NL Checked: EH 1929 TOPOGRAPHIC MAP McHARD ROAD EXTENSION PROJECT Date: June 2016 PEARLAND, BRAZORIA COUNTY, TEXAS Project No. IIE1610124 Scale NTS Drawn: NL Checked: EH 1955 TOPOGRAPHIC MAP MCHARD ROAD EXTENSION PROJECT jE jgCA-� Date: June 2016 PEARLAND, BRAZORIA COUNTY, TEXAS Project No. HE1610124 Scale NTS a. x E IP ♦ F :.9 rn'm.-- } #q T" G • I� E j jjjjj a` L #1 to �f t4 }f 'i:a.' M.. iso"lYe _ 3 f •�. ,.. �E Drawn: NL Checked: EH 1955 TOPOGRAPHIC MAP MCHARD ROAD EXTENSION PROJECT jE jgCA-� Date: June 2016 PEARLAND, BRAZORIA COUNTY, TEXAS Project No. HE1610124 Scale NTS w : E 57 "6 ; •,l +n, CSS ......'"'• "z i .., x. Subject Prtject,igu `, • .. _ 4 , I F - �r 1r . di • � 6� i d- a . r 1 i i Drawn: NL 11 Checked: EH 1969 TOPOGRAPHIC MAP MCHARD ROAD EXTENSION PROJECT A�3CaC!`AYES- Date: June 2016 PEARLAND, BRAZORIA COUNTY, TEXAS Project No. HE1610124 Sca1C NTS Drawn: NL Checked: EH 1982 TOPOGRAPHIC MAP Date: June 20]6 MCHARD ROAD EXTENSION PROJECT A.y{ 1y] j PEARLAND, BRAZORIA COUNTY, TEXAS Project No. T HE1610124 Scale NTS W�1 • 1 • 77, / t •4'1 b� 1l � ,� • r { s ' G !rt T VIILU a� F. .•. ' � .w.— r�.^3� � 1 , r QIP&AH1,fiTiD� C Ct I ___ �� >..� • r v ww• w , s g ; , a I a.�M ",Aa! of � • ' �. ,,,,,.,...✓ � ���. � � � - k� 4 , j Cam1 � � m e► ° . '04 � f Drawn: NL Checked: EH 1995 TOPOGRAPHIC MAP MCHARD ROAD EXTENSION PROJECT A:S CSCi A71 a Date: June 2016 PEARLAND, BRAZORIA COUNTY, TEXAS Project No. HE1610124 Scale NTS {{ o o De9aC1m K1L�'I. .......'. :' :::�.. � ,�. :'� :.., "' n ent Subject P ect Ii ,- W' Subject �1 9 Brook slde V lage PCO\ , >,1( Q� surt r: _.. _ 5lfARON DR t -ate+ R 1 °a $ rA �...,,-„,,.,..,� WCU:F STDNE R� CO Rp SQO D ' �^ _ . a „ BUTt ER RD `1U`t v w � 1 IHtcki i kilrtl ti I6--� t I ELLY L '.. ” _TT' f. i au r 50 LN y � l U11 u 1 GARDEMA v S.S.AM'i10USTC3N'FKtNYE� �g 1 HOUSTON i1 k BECKY RO •\ CLai Ste/IIA ST p ,,...,:.. LEN DA i s h ".. O ,..,.....— ISLA 5T ayftR?gKSIIDF RD f.._. .. SCtlTT AO€ PIKI_� I'.. I o77 f.HAR RQ # , ¢ r Oil Ce C�� � >_ ,` Wesfl»�ir►ster .. , PE ARLAND J.......... &YANK AD 50...A�C Effi.. > ...... {. ... wokYlace _' L.i ..�.�. W j.... �..... '..... ... T8RA2ORlAvtAS i1LSER DR itCD i 2x0' tENsr " a Drawn: NL Checked: EH 2013 TOPOGRAPHIC MAP MCHARD ROAD EXTENSION PROJECT a NSOC1 AT I S, Date: June 2016 PEARL AND, BRAZORIA COUNTY, TEXAS Project No. HE 1610124 Scale NTS