Loading...
HomeMy WebLinkAboutC2016-280 - 6/14/2016 - Approved I .T 2016-280 6/14/16 M2016-062 J.S. Haren Company 00 52 23 AGREEMENT This Agreement,for the Project awarded on June 14 . 2016,is between the City of Corpus Christi (Owner)and J.S.Haren Companv (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Whitecap Wastewater Treatment Plant Ultra-Violet(UV)Disinfection System Upgrade E10179 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols,Inc. 800 N.Shoreline Blvd..Suite 1600N Corous Christi.Texas 78401 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer Citi of Corous Christi—Engineering Services 4917 Holly Rd..Bldg.#5 Corpus Christi.TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 482 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 512 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Agreement 00 52 23-1 Whitecap WWTP UV Disinfection System Upgrade—E10179 REV 10.6.2015 INDEXED Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual Toss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $750.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $750.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 5,266,997.75 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 00 52 23 - 2 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10-6-2015 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement Whitecap WWTP UV Disinfection System Upgrade — E10179 005223-3 REV 10-6-2015 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 —ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement Whitecap WWTP UV Disinfection System Upgrade — E10179 005223-4 REV 10-6-2015 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Whitecap WWTP UV Disinfection System Upgrade — E10179 005223-5 REV 10-6-2015 ATTESTlCA-e/lit- Rebecca 1 Ve-eJC.-CGS Huerta City Secretary APPROVED AS TO LEGAL FORM: CITY OF CORPUS J.H. Edmonds, P.E. Director of Engineering Services • •••••.....••••••••••••//010.11.•••UTHORJLt► sY COUNCIL ... LP ,i J�Pet L. Kellogg ssistant City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CONTRACTOR J.S. Haren Company By: Title: -Press 1175 Hwy 11 North Address Athens, TN 37303 City 423/745-5000 Phone State Zip Lfz3 -7(f 5-52SZ Fax - I4ane n Pay-tn. CG -r-• EMail END OF SECTION Agreement 00 52 23 - 6 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10-6-2015 CONSENT TO ACTION TAKEN IN LIEU OF 'SPECIAL MEETING OF J. S. HAREN COMPANY THE UNDERSIGNED PERSON, being the sole shareholder of J. S. HAREN COMPANY, does, as is evidenced by his signature below, hereby consent to and ratify the following action taken by the shareholder without the necessity of a call to or a formal meeting of the shareholder; and WHEREAS the shareholder performs the duties director pursuant to TCA §48-18- 101 (c), and the following action, taken by written consent, is in accordance with the provisions of the by-laws of the corporation and the General Corporation act of Tennessee. 1. Election of New Officers. The persons whose names appear below are appointed of the corporation to serve for a period of one year or until their successors are appointed and shall giiali fr President J. Skyler Haren Secretary: Jennifer L. Adkins Asst. Secretary: Cassandra L. Haren 2. Execution of Documents. The duly elected President, signing singularly or any two of the other duly elected officers, signing jointly, were authorized, on half of the corporation, to execute any and all documents necessary and incident of the routing business of the corporation, including specifically the power to execute agreement, instruments, tax returns and other routine documents of the corporation. IN WITNESS WHEREOF, the above corporation actions were taken by the undersigned for on behalf of the corporation this the nth,day of , 2009. J. Skyler Haren, Shareholder Addendum No. 1 — Attachment 1 Page 1 of 6 00 3000 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance withAie 1Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by .i M rye r1 l.. ornfn n (type or print name of company) on: March 9 2016 P Yi , A. E10179 Whitecap Wastewater Treatment Plant UV Disinfection System Upgrade. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid -- Whitecap WWTP UV Disinfection System Upgrade, Project No. E10179 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are endosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form induded in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, induding those dealing with required Bonds. The Bid will remdin subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 00 30 00.1 REV 10-06421115 Addendum No. 1 — Attachment 1 Page 2 of 6 Addendum No. Addendum Date Signature Acknowledging Receipt 3-Li-iLe ,/fx,---- (11//z-ce),___....- .5 3 1 .. 1 b j /f ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 003000-2 REV 10.06.2015 Addendum No. 1 — Attachment 1 Page 3 of 6 C. Information and observations obtained from visits to the Ste; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidders entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices In the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ D.1.Q LD q- .'15 Add / ' edu • Iternate 1 $ (2)00 • (00 The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. BW Adtnowledgement Form Whitecap WW1? UV Disinfection System Upgrade — E10179 OD3000-3 RSV 1O41640)S Addendum No. 1 — Attachment 1 Page 4 of 6 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed In accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all Irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and ail Bids, to waive any and all Irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, induding costs and attorney's fees for collecting such costs and damages. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to to substantially completed within 482 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 512 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 003000-4 PM/ 1D416.2013 Addendum No. 1 — Attachment 1 Page 5 of 6 ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION CO 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall Ile exclusively in Nueces County, Texas for any legal action. ARTICLE 10 —SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code $1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. Bid Adcnowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 00 30 00 - REV 1006.2015 Addendum No. 1— Attachment 1 Page 6 of 6 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: � By: Name: Title: Attest: I.4 ct re n earn. a (typed or printed full legal nafie of BiddeO (individual's signature) a(E. r" -Pre 'I cL a+ (typed or printed) (typed or printed) (t.00a4'1 cC' �C( State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) nfe?E'� (. Z -)4533b5 175 i-1 ik yr 11 NQ (fh A+ he (1Si U -r-,-;) 3 730 5 Phone: y23-75.5aEmail: Jen rictk no(•C.cYY\ {Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 003000-6 REV 10.06.2015 00 30 01 BID FORM 0030 01 BID FORM Addendum No. 1 — Attachment 2 Page 1 of 1 Project Name: Whitecap WWTP UV Disinfection System Upgrade Project Number E10179 Owner City of Corpus Christi Bidder. JY" .. - oX Q)n (7c• --1-, - - . - OAR: Jeff Edmonds. Director of Capital Programs n Designer: Freese and Nichols, Inc. Item' I DESCRIPTION UNIT ESTIMATED QUANTITY war PRICE EXTENDEDAMOUNT ' Base Bid Part A -GENERAL (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ .15, . $ _ a45. WO A2 Ozone Advisory Day EA 1 $ 5co-co$ C�OC) -o SUBTOTAL PART A - GENERAL (Item Al) $ a W Cj so - Parts -WASTEWATER IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 IWWTP Improvements and Modifications SUBTOTAL PART 8 • WASTEWATER IMPROVEMENTS (Item B1) 1 15 1 1 IsLIJA;S Cc $ ►4� 5 � 5-co 5 tf�x535m Part C -ALLOWANCES (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Cl Allowance for UV Disinfection System LS 1 :$ _ 192,000.001 r.$ - _ ---7592;000 001. C2 Allowance for Re -Lift Pumps and Appurtenances LS 1 ;$'... 285:I5if i$_:17=19128:505! C3 Allowance for Re -Lift Pump Station Check Valve and:' Appurtenances LS 1• -- .$ _36)712.001 - Vii: :..1 `001 C4 Allowance for AEP Contract Effort IS 1 .$ L ___....20;000..01/I I$1' ` "- 241100100; CS Ailwance for Disposal of Contaminated Groundwater LS 1 ; $. _ 40,000.00) ($L:__.. -7+40.'000:001 SUBTOTAL PART C - ALLOWANCES (C1 THRU CS) f$' _.76799Z75° Part D-ADOmVE / DEDUCTIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) $ 1 a '5, 5� s� 01 Automatic Backwash Disk Filters manufactured by Aqua- LS 1 $; r __ .,_ ` :'; } `` v 4' = : Aerobic Systems, Inc. (ADO orEDU SUBTOTAL PART 0 -ADDITIVE / DEDUCTIVE ALTERNATE NO.1 (Di) t$,_ . __ _ _ _ ' ra ' 'at - .0 BID SUMMARY SUBTOTAL PART A - GENERAL (Itdm Al) $ 1 a '5, 5� s� SUBTOTAL PART B - WASTEWATER IMPROVEMENTS (Item Bl) $ �i W 5'S ACID -Q SUBTOTAL PART C- ALLOWANCES (Items Cl thru CS) $ I SUBTOTAL PART D • ADDITIVE mfau i/ ALTERNATE NO. 1 (Items 01) '$ _ ) MO- -1 TOTAL PROJECT BASE BID (PARTS A THRU C) TOTAL PROJECT BASE PLUS ALT BID (PARTS A THRU D) c a c0 cf, q a7. -A _, 2.65 ' 9x7.15 Contract Times Bidder agrees to reach Substantial Completion in 482 Bidder agrees to reach Final Completion in 512 days days 300 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. LJ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of 1Q�i S' -Q ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: ' `rfp sul (sped or printed) (signature -- attach evidence of authority to sign) J.S.rtatcn (typed or printed) 106 thc�nuu31\ tint-th A 1MM. m .-313-=3 Email: <•1'\Q,j 01 (� s I la► X11. C.G1'1 END OF SECTION Compliance to State Law on Nonresident Bidders Whitecap WWTP UV Disinfection System Upgrade— E10179 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION � a CITY OF CORPUS CHRISTI Cly DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: J.S. Bare( eiNaft9 P. O. BOX: Nle STREET ADDRESS: n5 1-7 i \ -th CITY:M 1 ' , TN ZIP: 31363- FIRM IS: 1. Corporation 2. Partnership 8 3. Sole Owner 0 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant 6JU FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any infonnation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. ,,//yy�� /� .}�.� Certifying Person: t J S. H.r�n Title: pr CJIctr (Typc or Print) Signature of Certifying Person: DEFINITIONS Date: mateo a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Whitecap WWTP UV Disinfection System Upgrade E10179 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: J5. l 1(n COn\pCU By: Name: Title: Business address: Phone: (yped or printed) (signature -- attach evidence of authority to sign) J.5.noicn (typed or printed) f) (\dcn-� 1W) 1-ti9n169 walh n -I NKAS.1N3M 1l -M Email: AO P)s) Cii c1 I, &irn END OF SECTION Non -Collusion Certification Whitecap WWTP UV Disinfection System Upgrade — E10179 003006-1 11-25-2013 RECEIVED JUN 1 7 2016 JS WAREN COMPANY Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 CERTIFICATE OF INTERESTED PARTIES �_/' FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-58810 Date Filed: 05/19/2016 Date - Acknowledged: t) / -7- /c 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. J S Haren Company Athens, TN United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and rovide a description of the services, goods, or other property to be provided under the contract. E10179 Whitecap Wastewater Treatment Plant Ultra -Violet Disinfection System Upgrade 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check if there is NO Interested Party. only X 6 AFFIDAVIT •., I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. �G, 11•OF r/./. NOTA, ' Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP / SEAL'ABO1✓E 1 Swor to and subscribed before me, by the said' � Gy/ U,t%�'�1/ ' a4Q �/, this the 1 C� _ _ day of 20 i , to certify which, witness my hand and seal of office. Hare -Piesi c� /t' - S• Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 00 61 13 PERFORMANCE BOND BOND NO. 6021120663 Contractor as Principal Name: J.S. Haren Company Mailing address (principal place of business): 1175 Hwy 11 North Athens, TN 37303 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E10179 Whitecap Wastewater Treatment Plant UV Disinfection System Upgrade Award Date of the Contract: June 14, 2016 Contract Price: $5,266,997.75 Bond Date of Bond: June 22, 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: United States Fire Insurance Company Mailing address (principal place of business): 305 Madison Avenue Morristown, NJ 07962 Physical address (principal place of business): same Surety is a corporation organized and existing under the laws of the state of: Delaware By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 973-490-6600 Telephone (for notice of claim): 973-490-6600 Local Agent for Surety Name: Michael Ziemer Address: 11490 Westheimer Road Suite 300 Houston, TX 77077 Telephone: (713)954-8353 Email Address: michael.ziemer@fairmontspecialty.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E10179 Whitecap WWTP UV Disinfect Syst 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that lithe Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal �/ Signature: c''d` Surety Signature: Name: Title: Email Address: (Attach Power / / 'l ' 1 dr. 1�..111....- Name: J •S I -b n Kelly L. Bermo / Title: —Pre Sl C6 4fi Attorney-in-fact Email Address: 3S I-hirenC /10(69.((f)Y\ kelly@bondssoutheast.com ,,;.,;,, `ria i"Ctl9,,,, ?' cry. `.°Rat y.� of Attorney and place surety seal below) END OF SECTION Performance Bond E10179 Whitecap WWTP UV Disinfect Syst 006113-2 7-8-2014 %:J.r ttftttt«rr•-•''''"• 00 61 16 PAYMENT BOND BOND NO. 6021120663 Contractor as Principal Name: J.S. Haren Company Mailing address (principal place of business): 1175 Hwy 11 North Athens, TN 37303 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E10179 Whitecap Wastewater Treatment Plant UV Disinfection System Upgrade Award Date of the Contract: June 14, 2016 Contract Price: $5,266,997.75 Bond Date of Bond: June 22, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: United States Fire Insurance Company Mailing address jprincipal place of business): 305 Madison Avenue Morristown, NJ 07962 Physical address (principal place of business): same Surety is a corporation organized and existing under the laws of the state of: Delaware By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 973-490-6600 Telephone (for notice of claim): 973-490-6600 Local Agent for Surety Name: Michael Ziemer Address: 11490 Westheimer Road Ste 300 Houston, TX 77077 Telephone: (713)954-8353 Email Address: michael.ziemer@fairmontspecialty.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E10179 Whitecap WWTP UV Disinfect Syst 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal ` Signature: ii ifte---- Surety / Signature:'�._ Name: ..1. S .1-lace /A Name: Kell L. Be,a Title: --ftes es j di (L1' Title: Attorney-in-fact ' Email Address: J S i-More A (U; J S I-la ren .COO Email Address: kelly@bnndssoutheast.com ` c, ORA ..-- �= '1,�/ , . .\\�' T.\ niaunn;iu�• (Attach Power of Attorney and place surety seal below) -. u: w mo END OF SECTION Payment Bond Form E10179 Whitecap WWTP UV Disinfect Syst 006116-2 7-8-2014 ja 1 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: 22742 Gregory E. Nash, Phillip H. Condra, Kelly Berry each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as nifty and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars (S7,500,000). This Power of Attomey limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 1, 2017. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations. policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements: (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 5th day of August, 2015. State of New Jersey} County of Morris } UNITED STATES FIRE INSURANCE COMPANY Anthony R. Slimowicz, Senior Vice President On this 5th day of August, 2015 before me, a Notary public of the State of New Jersey, carne the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA/4-4-242—' NOTARY PUBLIC OF NEW JERSEY MY COMMISSION EXPIRES 3/25/2019 Sonia Scala (Notary Public) I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WI EREOF, I have hereunto set my handand.affixed the corporate seal of United States Fire Insurance Company on the ,Vay of ,,,,e_, 20 /(e . UNITED STATES FIRE INSURANCE COMPANY Al Wright, Senior VicePresident CJ EO Ja 2 7 2016 JS HAREN COMPAAI'f aaoov io skew palalsk6a, ale 060 Put aultu 021001 a \I p en,asa, slv6u ptl • No11vl10d21000a03v flat -886V 0 %N330/III 'uulAbusA ° 3ALLV1N3S3ad3a a3ZINOalnV 'SNOISIAOad A0110d 3141 H11M 301.8/08000V NI 03a3A1130 38 11IM 301108 '30383H1 31V0 NOLLV211dX3 3H1 380d38 0311301W0 38 S310110d 038183830 3A08V 314130 ANY OInouS v (y014LOZ1 SZ01 UM -69M Xy 'T3sTIMO audio° LLZ6 XoH '0'd T}sTag° sndso° 3o E4T0 ---- . ------- adu IVH d1701411830 / (AA) }BTOtA -ES}TO }uETd }neID}E93 3e EfAO 6E dEOe t-spesbd0 me}s1($ uoT}oe3uT8Ta d% } } M }.yM-T}sT3gO snd3o0 ;o A:}TO :6LTOT3 # gmscoma (pwlnew el /weds wow 0P0Weae oq Aew'owe/sees opeweN wueRIPPV'LOL aaOotl) S3131H3A/SNOLLV301/SNOLLVS3d0 AO NOLLd1N3S30 000/0004Z 000'005'( 000100S •8w7 IWll LTOZ/OE/8 9TOZ/T/O1 9I0Z/OE/e STOZ/I/OT MC/Nina 01-7I1-OLOT606-099-10 X A;TTTsfe'l voT;nTTod 3e;EGT3 not;eT(e;sal 0 $ $ um A0110d- 3SV3SI0'l'3 / moleq SN011tla3d NOI1dIa0S30 000'005 $ 33AOld1N3 V3- 3SV3S10 1'3 91OZ/T/OT STOZ/I/OT ST-S-OZSOT6S-HONSO Od0 'SIM A Pun el A/w 000100$ $ 1N30100V H0V313 / V/N m& (HN ul1%1301i0 ( rA30nloX3 a38W3W/a3o1dd0 IN3A1if103X3/a3NlaVdn10131ad0ad VIS x -14103 Ailad ANY ALIllatln.Sa3A0ld1130NV SNOLLVS14341103Sa3XNOM 9TOZ/T/OT STOZ/I/OT 0T-'IIS-L6T96L30-ano-NSSa 000'OT $NOLLN313N 0000005 / $ 31V03800V X a. 030 000'000'S S 301438811330 H0V3 / 30VNtSWIV10 awn SS33%3 $ a0000 BtlfltlT3a9W0 X 000'Z $ swewMd leo!peW S aueppoemth / — S 3OVWV0 Ala3dOad WelPres ed)AWN! A11008 9TOZ/T/OT SOlntl 03NA4SOlnV — SOWN 03131H $ (evemel/ed) AanfNl A1100e STOE/ T/OT 0I-•IIS-8ZL66L30-0T13-Sa X 0311-103HOS SOMV 03NMO 11V 000'000'i $ pueW.�e e3) e ) Olntl AM/ X $ 11WI1 MONIS 0eewee 11811 M IS Oee.(oldw3 Alnletln 3lIe0WOLntl 000' 000' T $ l� 000'000'Z $ 00V dO/dW00- Slonaoad a3H10 000'000' Z /--T-31tl93a99V 1V83N36 001 road A0110d ]( 000'000'( $ AMNIAOtl S 11MOSa3d / la3d S311ddV11WI131V03a09V TN30 000'S $ (uewed eue AL1V) dX303W 9TOZ/T/OT $ (aoueunsss e 3 STOZ/T/OT 0T-300-L6T96 Lao -00-w X000'OOE $ (331Nald 0130VINVO 3OHM/an000 H0tl3 anpo X 301/1/1-SWV10 V000'000'( Alnlevn 1tl113N301VI3213114100 X SLIWn (d 3A�110d) (Ada A]l/Od) a3eW0N A0110d OAM aana^-laatl OSNf 33NVNOSN1303dA1 all •SWIV10 OIVd AB 0300038 N339 3AVH AVW NMOHS SllWll 8310110d 'SWa31 3141 11V Ol loaranS SI N138311 039180830 S310110d 3H1 A8 0308033V 30NVaf1SNl 3H1 'NIV1.213d SIH1 HOIHM Ol 103dS38 MINI 1N3Wnoo0 2131410 80 1OV81N00 ANV 30 NOI110N00 80 W831 '1831138111038 00183d A0110d 3H1 2101 3A08V 03WVN 03811SNl 3111 01 asnSSl N339 3AVH M0138 031911 30NV80SNI d0 9310110d HOnS 30 SNO1110800 ONV swim -ion AVW 1:10 a311sSI 38 AVW 31V01311830 ANV ONIONVISHIWLLON 1031VOIONI 3H11VH1A311830 Ol USN! SI SIH1 :839WHNNOIS)A3a -..,__.,...,........._..._..--.--- d a3NOSNl 639TenE3y:3 832111SN1 00 su= sean snTd3ns ia}sego}seM:asstmsNl 46TT£ Auedm00 AgodoS 9 A}Tenseo SSOISAe3y: 0 UMMSN1 6L9SZ ST9SZ Auedmo0 A}Tenseo A}Sedoad SaSTeAe3y:ea3NOSM eowerosuI ezT3 Neo ae}SeyO ayy: VNamara a onn4 30V213A03 ONIOLOddV (ShalOSNl 6190-T98(900 :WS 31V0 XVd moo • soTA002q0TEueso;ssiroam 06££-999 (90L) '14`3.08 3/V/ 380141 gmeri Eueea mitin S3JVa3A00 £OELE NS suaq}t( sna0N TT AeLaybTH SLIT Auedmo0 ueze$ •s 'f mansal TOLO£ VO EITTTnssog 096 X:08 'O'd enueny ebnemeNoTyO £Z9 Aouebv eousansul '(Roza Hammed ayy os sly6u le uoo lou soapa eo! ! ap sl uo wawams s -(shuawaslopue Lions Jo nein u( Amu ay swpao y 3 Y 43 y y > y luewaoopue ue outlaw Aew sep pod umpeo 'Ao4od ay) )o suolylpuoo pue sola; ow oy ;caps '03AIVM SI NOI1V°JOaens 31 vaslopua aq ysnw (sa1)A3Hod ayy '03L1HSNI IVNOI11a0V ue s( Jalopy ayeoglyao ayl )I :1NV1210dWl anwoH1nv YS)emeinsN1 omnSSI 3Hl N33M139 13Va1NO3 V 31n 11SN00 JON S300 30NVIM Nla Onaoad I31VO1121301 SIHl3S3eM0138 9313110d 3H1 AB a3O803dv 30V83A00 3H1 21311V 210 ON31X3 'ON3WV Al3AI1V03N 210 Al3AI1VW8133V JON 5300 31VOIA11B30 SIH' 'a3alOH 31VOIAlla30 3H1 NOAH S1H9121 ON Sa33N00 ()NV AlNO NOI1VW803NI d0 a311VW V SV a3()SSI SI 31VOIA11N30 SIH' 9T0Z/9/L LuwaamW) 31Va 301s1f1SNl A111181/11 AO 31b'0131 LN30 ®aL ncov '`' `' EVIDENCE OF PROPERTY INSURANCE DATE(MMfDD/YY 6/30/2016 6 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY 1 PHONE (706) 866-3394 (AIC. No. Esti' COMPANY. TRAVELERS P.O. Box 98932 Chicago IL 60693-8932 Brock Insurance Agency 823 Chickamauga Avenue P.O. Box 460 Rossville GA 30741 (NC, No):(706) 661-4619 ADDRIESS: TraeV@brockins.com CODE: OEY7 66 I SUB CODE: AGENCY 00004405 CUSTOMER ID #: INSURED J. S. Haren Company 1175 Highway 11 North Athens TN 37303 LOAN NUMBER POLICY NUMBER 61020830 EFFECTIVE DATE 8/30/2016 / EXPIRATION DATE 8/30/2017 CONTINUED UNTIL IF CHECKED I TERMINATED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTIO N Loc# 00001/Bldg# 00001 13409 Whitecap Blvc Corpust Christi, TX 78418 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 EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION COVERAGE / PERILS / FORMS AMOUNT OF INSURANCE DEDUCTIBLE Job Specific Builders Risks with Renovations / 5,266,998 Job Specific Special form 5,000 Job Specific Earthquake (C) 50,000 Job Specific Flood 50,000 Job Specific Windstorm 5% REMARKS (Including Special Conditions) 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. ADDITIONAL INTEREST City of Corpus Christi E .0 . Box 9271 Corpus Christi, TX 78469-9277 MORTGAGEE LOSS PAYEE X ADDITIONAL INSURED LOAN # AUTHORIZED REPRESENTATIVE Cecil Vaughan, III/DEENA ACORD 27 (2009112) INS(127 /,nnc») n © 1993-2009 ACORD CORPORATION. All rights reserves. Tho A(:(1Rr1 names and Inn" arra ranictarorl marlrc of A(:(1t?r1 ADDITIONAL COVERAGES Ref # Description Employee Benefits - Aggreate Coverage Code Form No. Edition Date Limit 1 2,000,000 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # E Description 7 Owners and Contractors Protective Liability Policy number: 113578 Coverage Code Form No. Edition Date Limit 1 1,000,000 occ Limit 2 2,000,000 agg Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 Deductible Amount Deductible Type Premium Ref # Description Coverage Code Form No. Edition Date Limit 1 Limit 2 Limit 3 1 Deductible Amount Deductible Type Premium nGnnTl r \! Copyright 2001, AMS Services, Inc. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description. only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice • E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises Insured PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- °= clusion j., Damage To Property, in Para- °= graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 1\18 \0110 N replaces the last paragraph of qcgluslonSi c/ SECTION I -- W*IP i•`i oispiE A. BODILY UMW H. Blanket Additional Insured — Equipment 1. Blanket Additional Insured Subdivisions — Permits J. K. L. M. N. Lessors Of Leased — States Or Political Knowledge And Notice Of Occurrence Or Offense Unintentional Omission Blanket Waiver Of Subrogation V Amended Bodily Injury Definition Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section 1 — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion xclusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. Page\ c CU, 4L LIABILITY 3. The fo.. ..ing replaces Paragraph 6. of SEC- TION ill — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water, or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a: The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: • "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. • of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of eamings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO 1S AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (i) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. Page 2 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 1111101 • to wom Ar1MINO (1).= 11 a11MI o= asIMM= MMEMP 001e95 3. The following is added to Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION 1— COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or • b.. The furnishing or dispensing of drugs or medical; dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the In- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION II — WHO IS AN INSURED: COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in wilting to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named .insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. CG D31611 11 ® 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or • use of that part of any premises leased to you. The insurance provided to such premises owner. manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with. such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. is "bodily injury" or "property damage" that - occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor Is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you• agreed to provide in the written contract or agreement, or the limits shown .on the. Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense ffense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED -- STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required Page 4 of 6 ©2011 The Travelers Indemnity Company. All rights reserved. CG D31611 11 ONIMMOM 0.1111 0= Ommomm FAMI IMMONNII Oim s I lc 001990 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section 11— Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you Cif you are an individual), any of your partners or members who is an individual (if you are a partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (i) A partner or member of any part- nership artnership or joint venture; CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. (3) Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: 02011 The Travelers indemnity Company. Ail rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- • ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 ® 2011 The Travelers Indemnity Company. Alt rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED -AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The .following is added to SECTION 1I — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such .person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as.described in Paragraph (1). (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a). The Additional Insured ' — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person .Or Organization endorsement CG 2010 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 3710 01; the person or organization is an additional insured only if the .injury or damage arises out of "your work" 'to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors -- Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or'Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or (3) :If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent xtent that, 'the injury or damage is caused by acts or omissions of you or your subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. CG D6 04 0813 ® 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 ii1IiIii1ii1iFi!IEillifIiiiIIIiIIii1iJIi1IiifiIIi3iIlliEiiIi Eiiiifiiii1iiii1i1iiiiIt 001891 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section 11I -- Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal. injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, rawings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included. in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) immediately record the specifics of the claim or"suit" and.the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: 'Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or - Page 2 of 3 ® 2013 The Travelers Indemnity Company. AO rights reserved. CG DS 04 0813 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense .committed, during the policy period and: COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. CG D6 04 0813 © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 i a inimmmo rommiorn Ctimimme d� Oilmommmil o= WMINIO 001633 POLICY NUMBER: DT-C0-0F796197-COF -14 COMMERCIAL GENERAL LIABILITY ISSUE DATE:10-07-14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT / This en orsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABIUTY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN A WRITTEN CONTRACT WHICH IS IN EFFECT DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT; PROVIDED THAT, THE CONTRACT IS SIGNED AND EXECUTED PRIOR TO ANY LOSS FOR WHICH COVERAGE IS SOUGHT. A. For all sums which the insured becomes legally obligated to pay as damages caused by `occur- rences" under COVERAGE A. (SECTION I), and for ail medical expenses caused by accidents un- der COVERAGE C (SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule above: 1. A separate Designated Project General Ag- gregate Limit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products - completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations- making claims or bringing "suits". CGD2110104 Designated Project General Aggregate(s): GENERAL AGGREGATE LIMIT SHOWN ON THE DECLARATIONS 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Umit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Limit. B: For all sums which the insured becomes legally obligated. to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule above: Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from `occurrences" under COVERAGE A (SECTION 1) and for all medical .expenses caused by accidents under COVERAGE C (SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that Includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL AUTO • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. \iligSINESS AUTO EXTENSION .ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, arid what is and is not covered. A. BROAD FORM NAMED INSURED - D B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COVERAGE -- INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS •PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION 11 — LIABILITY COV- ERAGE: Any organization you newly acquire or form dur- ing the policy period. over which you maintain 50% or more ownership Interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION 11-- LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and CA T3 53 0310 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL EFFECTS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION V N. UNINTENTIONAL ERRORS OR OMISSIONS executed by you before the "bodily injury" or "property damage" occurs and that is' in effect during the policy period, to be named as an addi- tional insured is an "insured" for Liability Cover- age, but only for damages to which this insurance applies and only to the extent that person or or- ganization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following is added .to Paragraph A.1., Who Is An Insured, of SECTION II — LI- ABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2010 The Travelers Indemnity Company. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 4 • COMMERCIAL AUTO 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered °autos" you own: (1) Any covered "auto" you lease; hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, white perform- ing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1:, Who Is An Insured, of SECTION 11 — LIABILITY COV- ERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION 11— LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (In- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION 11 -- LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO -- LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, .of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere In the world, except any country or jurisdiction while any trade sanction; em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Liability Coverage for any covered '"auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from .any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their house- holds. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (1) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "sur and keep us advised of all proceedings and ac- tions. o-tions. (11) Neither you nor any other involved "insured" will make any settlement without our consent. (ill) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the In- sured" pays with our consent, but only up to the limit described in Para- graph C., Limit Of Insurance, of SEC- TION II — LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for yo+ir investiga- tion of such claims and your defense of the insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limit Of Insurance, of SECTION II — LIABILITY COVER- AGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the ap- plicable limit of insurance in pay- ments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available Page 2 of -4 © 2010 The Travelers indemnity Company. CA T3 53 0310 includes copyrighted material of Insurance Services Office, Inc. with its permission. to the "insured" whether primary, excess contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance. requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions,' Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION 111 — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL.DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". 1. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, • of SECTION Ill — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. COMMERCIAL AUTO J. PERSONAL EFFECTS The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Effects We will pay up to $400 for "loss" to wearing.ap- parel and other personal effects which are: (1) Owned by an insured"; and (2) In or: on your covered "auto". This coverage applies only• in the event of a total •theft of your covered "auto". No deductibles apply to this Personal Effects coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION 111 — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- • hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., • of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty togive us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". CA T3 53 0310 ® 2010 The Travelers Indemnity Company. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. • COMMERCIAL AUTO M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV. — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person. or organization to the ex- tent xtent required of you by a written contract signed and executed prior to any "accident" or °loss°, provided that the "accident" or "loss" arises outof operations contemplated by such contract. The waiver applies only to the person or organization designated in such . contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this Insurance. How- ever owever this•provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 02010 The Travelers Indemnity Company. CA T3 53 0310 Includes copyrighted material of Insurance Services Office, Inc. with its permission. imonont imPonom o= Or- mmosino o= MMMI 001814 POUCY NUMBER: DT-C0-0F796197-COF -15 ISSUE DATE: i 0-08-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -- NOTICE OF NiCANCELLATION/NONRENEWA'L PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: NONRENEWAL: Number of Days Notice of Cancellation: 30 'Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THI5 POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. IL T4 0012 09 ® 2009 The Travelers Indemnity Company Page 1 of 1 • i sr.rr' s.MEMMI asp edIMMEN aMNIMMOi o= o= • 001384 POLICY NUMBER: DT -810 -0F799728 -TIL --15 ISSUE DATE: 5 1 - 6- 0 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: NONRENEWAL: SCHEDULE Number of Days Notice of Cancellation: 30 Number of Days Notice of Nonrenewal: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GI.VEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: PROVISIONS: A. If we cancel this policy for any statutorily permit- ted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancel- lation to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of can- cellation. B. If we decide to not renew this policy for any statu- torily permitted reason, and a number of days is shown for nonrenewal in the schedule above, we will mail notice of the nonrenewal to the person or organization shown in the schedule above. We will mail such notice to the address shown in the schedule above at least the number of days shown for nonrenewal in the schedule above be- fore the expiration date. IL T4 0012 09 @ 2039 The Travelers Indemnity Company Page 1 of 1 111111111111111111 m� 1111 0= 0 O TRAVELERSJ ONE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 R3 (00) POLICY NUMBER: (DTNUB-5910B24-5-15) Y NOTICE OF CANCELLATION TO DESIGNATED PERSONS OR ORGANIZATIONS The following is added to PART SIX - CONDITIONS: Notice Of Cancellation To Designated Persons Or Organizations If we cancel this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organiza- tion before the cancellation is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation. SCHEDULE Name and Address of Designated Persons or Organizations: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OR NONRENEWAL OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OR NONRENEWAL OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. NM== ADDRESS: a. THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN - REQUEST FROM YOU TO US. DATE OF ISSUE: 10-07-15 ST ASSIGN: 013846 © 2013 The Travelers Indemnity Company. All rights reserved. Number of ,Days Notice 30 Page 1 of 3 TRAVELERT'ONE TOWER SQUARE HARTFORD, CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 0313 (00)-01 POLICY NUMBER: (DTNUB-591.0B24-5-i 5 ) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the, extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or Indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: DESIGNATED ORGANIZATION: ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. DATE OF ISSUE: 10-07-15 ST ASSIGN: CONTRACT DOCUMENTS FOR CONSTRUCTION OF Whitecap Wastewater Treatment Plant Ultra-Violet (UV) Disinfection System Upgrade Project No. E10179 Freese and Nichols, Inc. 800 N. Shoreline Blvd., Suite 1600N/Corpus Christi, TX 78401/361 561 6500 January 29, 2016 Record Drawing Number STL-211 Whitecap WWTP UV Disinfection System Upgrade E10179 * *: or JASON COCKLIN j ## -'•• 112750 • ct% /10 x`%/OENS.•:.r IilS/ON�AL& �OF' 'T�'�111 : :s 11 '. * • * %\ 01-29-2016 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 DIVISIONS 00, 01, 09-T, 31-T, 33-T, 40-T, 41-T SECTIONS 33 05 01.09-T, 33 05 01.13-T, 33 12 16.13-T, 33 12 16.23-T, & 46 66 59-T SEAL SHEET �P�E®OF7- 411 1II *o /\ o*# °°e°°°°°°®oo®0000®ooa00000 i i SHANE RAY TORNO 00 7; 89499 m L,% �F°�C° CENS�O° \mac-' IIi® NAL®G_ / - 2. - IC.p FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 DIVISIONS 03-T, 05-T, 07-T ��P.\�•OF •TFkt I o '.9 NICHOLAS A. CECAVA j i i0/3 97391 • 4 11111�S/ .... �?� /-Z9-Zotb FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 DIVISION 32-T Whitecap WWTP UV Disinfection System Upgrade E10179 SEAL SHEET Sections 33 12 16.37-T 44 42 56.04-T 46 61 41-T Whitecap WWTP UV Disinfection System Upgrade E10179 SEAL SHEET BATH ENGINEERING GROUP BATH ENGINEERING GROUP TEXAS REGISTERED TEXAS REGISTERED ENGINEERING FIRM ENGINEERING FIRM F-829 F-829 DIVISION 23-T DIVISIONS 26-T, 40 90 03-T, 40 90 04 T 40 94 30-T, 40 94 33-T, 40 94 43-T Table of Contents 00 01 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10/06/2015) 00 30 00 Bid Acknowledgment Form (Rev 10/06/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10/06/2015) 00 52 23 Agreement (Rev 10/06/2015) 00 61 13 Performance Bond (Rev 10/06/2015) 00 61 16 Payment Bond (Rev 10/06/2015) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 00 01 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 Division / Section Title 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Table of Contents 00 01 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 Division/ Section Title Part S Standard Specifications Division 2 Sitework 020 Site Assessments & Controls 021 Site Preparation 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022 Earthwork 022020 Excavation and Backfill for Utilities 022021 Control of Groundwater 022022 Trench Safety for Excavations 022040 Street Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025 Roadway 0252 Subgrades and Bases 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk, & Driveway Replacement 0254 Asphalts and Surfaces 025404 Asphalts, Oils, & Emulsions 025412 Prime Coat 025414 Aggregate for Surface Treatment 025418 Surface Treatment 025424 Hot Mix Asphalt Concrete Pavement 0256 Concrete Work 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks & Driveways 026 Utilities 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026214 Grouting Abandoned Utility Lines Table of Contents 00 01 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 027 Wastewater & Storm Water 027602 Gravity Wastewater Lines 028 Site Improvements & Landscaping 028340 Chain Link Security Fence Division 3 CONCRETE 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Table of Contents 00 01 00 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 Division/ Section Title Part T Technical Specifications Division 3-T 03 11 00-T Concrete Forming 03 21 00-T Reinforcing Steel 03 30 00-T Cast-in-Place Concrete [Heavy Civil] Division 5-T 05 12 00-T Structural Steel 05 31 01-T Rolled Metal Deck Roof 05 50 00-T Metal Fabrications 05 52 00-T Metal Railings 05 53 00-T Gratings Division 7-T 07 92 00-T Joint Sealants Division 9-T 09 96 00-T High Performance Coatings Division 23-T 23 11 13-T Diesel Fuel System 23 81 19-T Wall Mount Air Conditioners Division 26-T 26 01 26-T Electrical Testing 26 05 00-T Common Work Results for Electrical 26 05 19-T Low-Voltage Electrical Power Conductors and Cables 26 05 19.01-T Wire Connections and Devices 26 05 26-T Grounding and Bonding for Electrical Systems 26 05 29-T Hangers and Supports for Electrical Systems 26 05 33-T Raceways and Boxes for Electrical Systems 26 05 36-T Cable Trays for Electrical Systems 26 05 43-T Underground Ducts and Raceways for Electrical Systems 26 05 53-T Identification for Electrical Systems 26 05 73.01-T Electrical Power System Studies 26 22 00-T Low-Voltage Transformers 26 24 16-T Panelboards 26 27 26-T Wiring Devices Table of Contents 00 01 00 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 26 28 16-T Enclosed Switches and Circuit Breakers 26 29 13-T Enclosed Controllers 26 29 23-T Variable Frequency Motor Controllers 26 32 13-T Engine Generators 26 36 00-T Transfer Switches 26 50 00-T Lighting 26 64 19-T Motor Control Center 26 69 20-T Packaged Electrical Control Room (ECR) Division 31-T 31 05 13-T Soils for Earthwork 31 05 16-T Aggregates for Earthwork 31 23 10-T Structural Excavation and Backfill 31 23 33.14-T Trench Safety Division 32-T 32 01 26-T Sawing Division 33-T 33 05 01.09-T Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.13-T Sanitary Sewer Pipe (PVC) 33 12 16.13-T Miscellaneous Valves 33 12 16.23-T Gate Valves 33 12 16.37-T Inline Check Valves Division 40-T 40 05 50-T Fabricated Gates 40 05 53-T Identification for Process Piping and Equipment 40 71 89-T Parshall Flume Liner 40 80 00-T Commissioning Process Systems 40 90 03-T Effluent Pump Control Panels 40 90 04-T Lift Station Pump Control Panels 40 94 30-T SCADA System 40 94 33-T Operator Interface Terminal 40 94 43-T Programmable Logic Controllers Division 41-T 41 22 13-T Jib Crane 41 22 23.26-T Trolley Hoists Division 44-T Table of Contents 00 01 00 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 44 42 56.04-T Submersible Pumps Division 46-T 46 61 41-T Automatic Backwash Disk Filters 46 66 59-T Ultraviolet Disinfection System Appendix Title 1 Sole Source Documentation – UV Disinfection System 2 Sole Source Documentation – Inline Check Valve 3 Sole Source Documentation – Submersible Pumps 4 Geotechnical Report END OF SECTION Division 00 Procurement and Contracting Requirements Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 1  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015                                                                                                                                                                                                                             00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS  ARTICLE 1 – DEFINED TERMS  1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in  the General Conditions and Supplementary Conditions.  ARTICLE 2 – GENERAL NOTICE  2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following  Project:  Whitecap Wastewater Treatment Plant Ultra‐Violet (UV) Disinfection System Upgrade    E10179  The project includes, but is not limited to, the following:  o New Cloth Disk Filters, structure, and appurtenances.  o New UV Disinfection Equipment, structure, and appurtenances.  o New Parshall Flume, ultrasonic level sensor, structure, and appurtenances.  o New Re‐Lift Pump Station, pumps, gates, piping, and appurtenances.  o New Electrical Control Room Building, equipment, and appurtenances.  o New Electrical Generator, connections, and appurtenances.  o New Diesel Fuel Tank, connections, and appurtenances.  o New Plant Road, curb, and gutter.  o Yard piping, grading, and additional improvements.  2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $6,200,000.00.  The  Project is to be substantially complete and ready for operation within 482 days.  The Project is to  be complete and eligible for Final Payment 30 days after the date for Substantial Completion.  2.03 Advertisement and bidding information for the Project can be found at the following website:  www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website.  This website  will be updated periodically with Addenda, lists of interested parties, reports, or other  information relevant to submitting a Bid for the Project.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 2  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  ARTICLE 3 – PRE‐BID CONFERENCE  3.01 A non‐mandatory pre‐bid conference for the Project will be held on February 24, 2016 at  10:00am at the following location:   Whitecap WWTP  13409 Whitecap Blvd  Corpus Christi, Texas 78418  ARTICLE 4 – COPIES OF CONTRACT DOCUMENTS  4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23  AGREEMENT.  4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility  for errors or misinterpretations resulting from the use of incomplete sets of Contract  Documents.  4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for  completion of the Project and does not confer a license or grant permission or authorization for  any other use.  ARTICLE 5 – EXAMINATION OF CONTRACT DOCUMENTS  5.01 Before submitting a Bid:  A. Examine and carefully study the Contract Documents, including any Addenda and related  supplemental data.  B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost,  progress, or the completion of Work.  C. Carefully study and correlate the information available to the Bidder with the Contract  Documents, Addenda, and the related supplemental data.  D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder  discovers in the Contract Documents, Addenda, and the related supplemental data.  E. Determine that the Contract Documents, Addenda, and the related supplemental data are  generally sufficient to indicate and convey understanding of all terms and conditions for  completion of Work.  5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the  Bidder has complied with every requirement of this Article 5, that without exception the Bid is  premised upon completion of Work required by the Contract Documents, Addenda, and the  related supplemental data, that the Bidder has given the OAR written notice of all conflicts,  errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract  Documents, Addenda, and the related supplemental data and the written resolutions provided  by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the  related supplemental data are generally sufficient to indicate and convey understanding of all  terms and conditions for completion of Work.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 3  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  ARTICLE 6 – INTERPRETATIONS AND ALTERNATE BIDS  6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the  related supplemental data using the Owner’s Bidding Website at www.civcastusa.com.   Responses to questions submitted will be posted on the website by the Owner for the benefit of  all Bidders.  Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior  to the date of the bid opening.  Inquiries made after this period may not be addressed.  6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance  with the Contract Documents to the OAR no later than 14 days prior to the date for opening of  Bids.  OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the  Contract Documents are accepted.  A Bid submitted with clarifications or taking exceptions to  the Contract Documents, except as modified by Addenda, may be considered non‐responsive.  6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the  related supplemental data as deemed advisable by the Owner or Designer.  Modifications to the  Contract Documents prior to the award of contract can only be made by Addenda.  Only  answers in Addenda authorized by the Owner will be binding.  Oral and other interpretations or  clarifications will be without legal effect.  ARTICLE 7 – BID SECURITY  7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will  enter into a contract for the Project with the Owner within 10 days of Notice of Award of the  Contract.  The security must be payable to the City of Corpus Christi, Texas in the amount of 5  percent (5%) of the greatest amount bid.  7.02 Bid Security may be in the form of a Bid Bond or a cashier’s check, certified check, money order,  or bank draft from a chartered financial institution authorized to operate in the State of Texas.   Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall  scan and upload a copy of Bid Bond as an attachment to their bid.  Cashier’s check, certified  check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on  the outside as containing bid documents, the bidder’s name and the job name and number and  delivered as required in Article 7 below.   7.03 Bid Bond Requirements:  1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be  paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar  days of Notice of Award of the Contract, the Bidder/Principal:  a. fails to enter into a contract for the Project with the Owner; or    b. fails to provide the required Performance and Payment Bonds.  2. A Bid Bond may not limit the sum payable to the Owner to be the difference between  the Bidder/Principal’s bid and the next highest bidder.  3.  The Bid Bond must reference the Project by name as identified in Article 1.  4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid  Bond Requirements.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 4  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  7.04 Failure to provide an acceptable Bid Security will constitute a non‐responsive Bid which will not  be considered.   7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the  Bid Security to the City as liquidated damages.  7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the  apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the  Agreement.  The Bid Security of other Bidders whom the Owner believes to have a reasonable  chance of receiving the award may be retained by the Owner until the earlier of 7 days after the  Effective Date of the Contract or 90 days after the date Bids are opened.  7.07 Bid Securities are to remain in effect until the Contract is executed.  The Bid Securities of all but  the three lowest responsible Bidders will be returned within 14 days of the opening of Bids.  Bid  Securities become void and will be released by the Owner when the Contract is awarded or all  Bids are rejected.  ARTICLE 8 – PREPARATION OF BID  8.01 The Bid Form is included with the Contract Documents and has been made available at the  Owner’s Bidding Website.  Complete all blanks on the Bid Form by typing or printing in ink.   Indicate Bid prices for each Bid item or alternate shown.  8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of  authority to sign.  8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum.   Provide a signature as indicated to verify that the Addenda were received.  A Bid that does not  acknowledge the receipt of all Addenda may be considered non‐responsive.  8.04 Provide the name, address, email, and telephone number of the individual to be contacted for  any communications regarding the Bid in the Bid Acknowledgement Form.  8.05 Provide evidence of the Bidder’s authority and qualification to do business in the State of Texas  or covenant to obtain such qualification prior to award of the Contract.  ARTICLE 9 – DELIVERY OF BIDS  9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along  with all required documents identified in the Bid Acknowledgement Form.    9.02 Bids must be received no later than March 9, 2016 at 2:00pm to be accepted.  The Bids will be  publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1st floor  of the City Hall Building.  Bids received after this time will not be accepted.    9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com.    9.04 If submitting a hard copy bid or bid security by cashier’s check or money order, please address  envelopes or packages:  City of Corpus Christi  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 5  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  City Secretary’s Office   City Hall Building, 1st Floor  1201 Leopard Street  Corpus Christi, Texas 78401  Attention:  City Secretary  Bid ‐ Whitecap WWTP UV Disinfection System Upgrade (Project No. E10179)  All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE  of the package, the project name and number and that bid documents are enclosed.  ARTICLE 10 – CONFIDENTIALITY OF BID INFORMATION  10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information  in Bids are not open for public inspection.  Bids will be opened in a manner that avoids  disclosure of confidential information to competing Bidders and keeps the Bids from the public  during considerations.  All Bids are open for public inspection after the Contract is awarded, but  trade secrets and confidential information in Bids are not typically open for public inspection.   The Owner will protect this information to the extent allowed by Laws and Regulations.  Clearly  indicate which specific documents are considered to be trade secrets or confidential information  by stamping or watermarking all such documents with the word “confidential” prominently on  each page or sheet or on the cover of bound documents.  Place “confidential” stamps or  watermarks so that they do not obscure any of the required information on the document,  either in the original or in a way that would obscure any of the required information in a  photocopy of the document.  Photocopies of “confidential” documents will be made only for the  convenience of the selection committee and will be destroyed after the Effective Date of the  Contract.  Original confidential documents will be returned to the Bidder after the Effective Date  of the Contract if the Bidder indicates that the information is to be returned with the Bid, and  arrangements for its return are provided by the Bidder.  ARTICLE 11 – MODIFICATION OR WITHDRAWAL OF BID  11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a  written request to withdraw the Bid prior to the time set for opening the Bids.   11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed  written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates  to the reasonable satisfaction of the Owner that there was a material and substantial mistake in  the preparation of its Bid.  The Bid Security will be returned if it is clearly demonstrated to the  Owner that there was a material and substantial mistake in its Bid.  A Bidder that requests to  withdraw its Bid under these conditions may be disqualified from responding to a reissued  invitation to Bid for the Work to be furnished under these Contract Documents.  ARTICLE 12 – OPENING OF BIDS  12.01 Bids will be publicly opened and read aloud at 2:00pm on March 9, 2016, at the following  location:  City Hall Building ‐   City of Corpus Christi  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 6  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015    First Floor  City Council Chambers or Staff Room  1201 Leopard Street  Corpus Christi, Texas 78401  12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on  the Bid Summary for all Bids received in time to be considered.  ARTICLE 13 – BIDS REMAIN SUBJECT TO ACCEPTANCE  13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion,  release any Bid and return the Bid Security prior to the end of this period.  ARTICLE 14 – STATEMENT OF EXPERIENCE  14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16  STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the  Bidder meets the minimum requirements to complete the Work.  ARTICLE 15 – EVALUATION OF BIDS  15.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record,  the Bidder’s indebtedness to Owner, whether the Bidder has met the minimum specific project  experience requirements.     15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of  the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work  in accordance with the Contract Documents.  15.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and  methodology as well as the Bidder’s recognition that some subjective judgments must be made  by the Owner during the evaluation.  Each Bidder agrees to waive any claim it has or may have  against the OPT and their respective employees, arising out of or in connection with the  administration, evaluation, or recommendation of any Bid.  ARTICLE 16 – AWARD OF CONTRACT  16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the  Bidder who provides the best value for Owner that submits a responsive bid.  Owner reserves  the right to reject any and all Bids, including without limitation, non‐conforming, non‐responsive  or conditional Bids.  The Owner reserves the right to adopt the most advantageous  interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid  prices and/or waive any or all formalities.  16.02 More than one Bid for the same Work from an individual or entity under the same or different  names will not be considered.  Reasonable grounds for believing that any Bidder has an interest  in more than one Bid for the Work shall be cause for disqualification of that Bidder and the  rejection of all Bids in which that Bidder has an interest.  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 7  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  ARTICLE 17 – MINORITY / MBE / DBE PARTICIPATION POLICY  17.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation  Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY.  17.02 Minority participation goal for this Project has been established to be 45% of the Contract Price.  17.03 Minority Business Enterprise participation goal for this Project has been established to be 15%  of the Contract Price.  ARTICLE 18 – BONDS AND INSURANCE  18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth  the Owner’s requirements as to Bonds and insurance.  When the Selected Bidder delivers the  executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence  of insurance.  18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of  Texas Government Code Chapter 2253.  Administration of Bonds will conform to Texas  Government Code Chapter 2253 and the provisions of these Contract Documents.  ARTICLE 19 – SIGNING OF AGREEMENT  19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the  City Council for those project awards requiring City Council action.  The Selected Bidder will be  required to deliver the required Bonds and insurance certificates and endorsements along with  the required number of counterparts (4) of the Agreement and attached documents to the  Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after  award and the Bidder’s submission of required documentation and signed counterparts.  The  Contract will not be binding upon Owner until it has been executed by both parties.  Owner will  process the Contract expeditiously.  However, Owner will not be liable for any delays prior to  the award or execution of Contract.   ARTICLE 20 – SALES AND USE TAXES  20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of  Texas and is usually not subject to any City or State sales or use taxes, however certain items  such as rented equipment may be taxable even though Owner is a tax‐exempt agency.  Assume  responsibility for including any applicable sales taxes in the Contract Price and assume  responsibility for complying with all applicable statutes and rulings of the State of Texas  Comptroller.  20.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.”    ARTICLE 21 – WAGE RATES  21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of  prevailing wage rates.  Requirements for paying the prevailing wage rates are discussed in  SECTION 00 72 02 WAGE RATE REQUIREMENTS.  Bidders must pay not less than the minimum  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 8  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  wage shown on this list and comply with all statutes and rulings of the State of Texas  Comptroller.   ARTICLE 22 – BIDDER’s CERTIFICATION OF NO LOBBYING  22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers,  employees, consultants, or contractors in such a manner as to influence or to attempt to  influence the bidding process.  In the event it reasonably appears that the Bidder influenced or  attempted to influence the bidding process, the City may, in its discretion, reject the Bid.  ARTICLE 23 – CONFLICT OF INTEREST  23.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form  CIQ with the City of Corpus Christi City Secretary’s Office, if required.  For more information on  Form CIQ and to determine if you need to file a Form CIQ, please review the information on the  City Secretary’s website at http://www.cctexas.com/government/city‐secretary/conflict‐ disclosure/index.  ARTICLE 24 ‐ REJECTION OF BID  23.01 The following will be cause to reject a Bid:  A. Bids which are not signed by an individual empowered to bind the Bidder.  B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as  required by Article 7.  C. More than one Bid for same Work from an individual, firm, partnership or corporation.  D. Evidence of collusion among Bidders.  E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct  or willful refusal by bidder to comply with subject contract or instructions of Owner.  F. Failure to have an authorized agent of the Bidder attend the mandatory Pre‐Bid  Conference, if applicable.  G. Bids received from a Bidder who has been debarred or suspended by Owner.  H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended  by Federal, State or City governmental agencies.  23.02 The following may be cause to reject a Bid or cause to deem a Bid non‐responsive or irregular.   The City reserves the right to waive any irregularities and any or all formalities:  A. Poor performance in execution of work under a previous City of Corpus Christi contract.  B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract.  C. Default on previous contracts or failure to execute Contract after award.  D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with  Contract requirements.  E. Bids containing omissions, alterations of form, additions, qualifications or conditions not  called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of  Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 9  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject  the Bid.  F. Failure to acknowledge receipt of Addenda.  G. Failure to submit post‐Bid information specified in Section 00 45 16 STATEMENT OF  EXPERIENCE within the allotted time(s).  H. Failure to timely execute Contract after award.  I. Previous environmental violations resulting in fines or citations by a governmental entity  (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality,  etc.).  J. Bidder’s Safety Experience.  K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the  experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that  Section is included in the bidding documents.  L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if  required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF  EXPERIENCE.  M. Evidence of poor performance on previous Projects as documented in Owner’s project  performance evaluations.  N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is  based on unit prices which are significantly less than cost for some Bid items and  significantly more than cost for others.  This may be evidenced by submission of unit price  Bid items where the cost are significantly higher/lower than the cost of the same Bid items  submitted by other Bidders on the project.    END OF SECTION  Bid Acknowledgement Form 00 30 00 ‐ 1  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐06‐2015  00 30 00 BID ACKNOWLEDGEMENT FORM  ARTICLE 1 – BID RECIPIENT  1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is  submitted by _______________________________________________ (type or print name of  company) on: March 9, 2016 at 2:00 pm for E10179 Whitecap WWTP UV Disinfection System  Upgrade.  A.  E10179 Whitecap Wastewater Treatment Plant UV Disinfection System Upgrade.  1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City’s  electronic bidding website at www.CivCastUSA.com.    If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please  send to:  The City of Corpus Christi, Texas  City Secretary’s Office  1201 Leopard Street  Corpus Christi, Texas 78401  Attention:  City Secretary  Bid – Whitecap WWTP UV Disinfection System Upgrade, Project No. E10179    All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE  of the package, the project name and number and that bid documents are enclosed.  ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS  2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on  the form included in the Contract Documents, to perform all Work specified or indicated in  Contract Documents for the Contract Price indicated in this Bid or as modified by Contract  Amendment.  Bidder agrees to complete the Work within the Contract Times established in the  Agreement or as modified by Contract Amendment and comply with the all other terms and  conditions of the Contract Documents.  2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION  AND  INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds.  The Bid will remain  subject to acceptance for 90 days after the opening of Bids.  2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its  failure to complete Work in accordance with the schedule set forth in the Agreement.  2.04 Bidder acknowledges receipt of the following Addenda:  Bid Acknowledgement Form 00 30 00 ‐ 2  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐06‐2015  Addendum No. Addendum Date Signature Acknowledging Receipt                                         ARTICLE 3 – BIDDER’S REPRESENTATIONS  3.01 The Bidder has examined and carefully studied the Contract Documents and the other related  data identified in the Bidding Documents.  3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local,  and Site conditions that may affect cost, progress, and performance of the Work.  3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and  performance of the Work.  3.04 The Bidder has carefully studied the following Site‐related reports and drawings as identified in  the Supplementary Conditions:  A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site;  B. Drawings of physical conditions relating to existing surface or subsurface structures at the  Site;  C. Underground Facilities referenced in reports and drawings;  D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or  adjacent to the Site; and  E. Technical Data related to each of these reports and drawings.  3.05 The Bidder has considered the:  A. Information known to Bidder;  B. Information commonly known to contractors doing business in the locality of the Site;  C. Information and observations obtained from visits to the Site; and  Bid Acknowledgement Form 00 30 00 ‐ 3  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐06‐2015  D. The Contract Documents.  3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the  effect of such information, observations, and documents on:  A. The cost, progress, and performance of the Work;  B. The means, methods, techniques, sequences, and procedures of construction to be  employed by Bidder; and  C. Bidder’s safety precautions and programs.  3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder  agrees that no further examinations, investigations, explorations, tests, studies, or data are  necessary for the performance of the Work at the Contract Price, within the Contract Times, and  in accordance with the other terms and conditions of the Contract Documents.  3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the  Site that relates to the Work as indicated in the Contract Documents.  3.09 The Bidder has correlated the information known to the Bidder, information and observations  obtained from visits to the Site, reports and drawings identified in the Contract Documents, and  all additional examinations, investigations, explorations, tests, studies, and data with the  Contract Documents.  3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies  that the Bidder has discovered in the Contract Documents, and the written resolution provided  by the OAR is acceptable to the Bidder.  3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all  terms and conditions for performance and furnishing of the Work.  3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that  without exception all prices in the Agreement are premised upon performing and furnishing the  Work required by the Contract Documents.  ARTICLE 4 – BASIS OF BID  4.01 Bidder will complete the Work in accordance with the Contract Documents for:  Lump Sum Bid Price $   The Bidder selected for award of the Contract will be the lowest responsible Bidder or the  Bidder who provides the Best Value for the Owner that submits a responsive Bid.  4.02 Bidder will complete the Work in accordance with the Contract Documents for:  Base Bid $   Add / Deduct Alternate 1 $   Bid Acknowledgement Form 00 30 00 ‐ 4  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐06‐2015  The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or  the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner  will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus  any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for  the Owner.  4.03 Bidder will complete the Work in accordance with the Contract Documents at the unit prices  shown in the BID FORM.  A. Extended amounts have been computed in accordance with Paragraph 13.03 of the  General Conditions.  B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment  for all Unit Price items will be based on actual quantities provided, measured as provided in  the Contract Documents.  C. Unit Price and figures column will be used to compute the actual Bid price.  ARTICLE 5 – EVALUATION OF BIDDERS  5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who  provides the best value for the Owner.  The Owner will consider the amount bid, the Bidder’s  responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the  Bidder has met the minimum specific project experience requirements to determine the lowest  responsible Bidder. The Owner reserves the right to waive any and all irregularities in  determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum  specific project experience requirements, and reserves the right to require the submission of  additional information.  5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all  irregularities in the Bids, or to reject non‐conforming, non‐responsive or conditional Bids.  In  addition, the Owner reserves the right to reject any Bid where circumstances and developments  have, in the opinion of the Owner, changed the responsibility of the Bidder.  5.03 Material misstatements in the documentation submitted to determine the Bidder’s  responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF  EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project.  Any such  misstatement, if discovered after award of the Contract to such Bidder, may be grounds for  immediate termination of the Contract.  Additionally, the Bidder will be liable to the Owner for  any additional costs or damages to the Owner resulting from such misstatements, including  costs and attorney’s fees for collecting such costs and damages.  ARTICLE 6 – TIME OF COMPLETION  6.01 Bidder will complete the Work required to be substantially completed within 482 days after the  date when the Contract Times commence to run as provided in Paragraph 4.01 of the General  Conditions.  Bidder will complete the Work required for final payment in accordance with  Paragraph 15.06 of the General Conditions within 512 days after the date when the Contract  Times commence to run.  Bid Acknowledgement Form 00 30 00 ‐ 5  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐06‐2015  6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for  final payment in accordance with Paragraph 15.06 of the General Conditions within the number  of days indicated.  ARTICLE 7 – ATTACHMENTS TO THIS BID  In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS  TO BIDDERS, the following are made a condition of this Bid:  A. Bid Security.  B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory  authority.  C. Bid Form.  D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS.    E. SECTION 00 30 05 DISCLOSURE OF INTEREST.  F. SECTION 00 30 06 NON‐COLLUSION CERTIFICATION.  ARTICLE 8 – DEFINED TERMS  8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the  Supplementary Conditions.  The significance of terms with initial capital letters is described in  the General Conditions.  ARTICLE 9 – VENUE  9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action.  ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS  10.01 Bidders must include their correct legal name, state of residency, and federal tax identification  number in the Bid Form.  10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to  accompany all materials included in the submitted Bid.  Bids which are not signed and dated in  this manner, or which do not contain the required documentation of signatory authority may be  rejected as non‐responsive.  The individual(s) signing the Bid must have the authority to bind the  Bidder to a contract, and if required, shall attach documentation of signatory authority to the  Bid Form.  10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations  Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a  notarized power of attorney authorizing the individual designated as their authorized  representative to submit the Bid and to sign on behalf of the Bidder.  10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or  Certificate of Authority number issued by the Texas Secretary of State and shall submit with  Bid Acknowledgement Form 00 30 00 ‐ 6  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐06‐2015  their Bid a copy of a resolution or other documentation approved by the Bidder’s governing  body authorizing the submission of the Bid and designating the individual(s) authorized to  execute documents on behalf of the Bidder.  Bidders using an assumed name (an “alias”) shall  submit a copy of the Certificate of Assumed Name or similar document.  10.05 Bidders that are not residents of the State of Texas must document their legal authority to  conduct business in Texas.  Nonresident Bidders that have previously registered with the Texas  Secretary of State may submit a copy of their Certificate of Authority.  Nonresident Bidders that  have not previously registered with the Texas Secretary of State shall submit a copy of the  Bidder’s enabling documents as filed with the state of residency, or as otherwise existing.  ARTICLE 11 – BID SUBMITTAL  11.01 This Bid is submitted by:  Bidder:    (typed or printed full legal name of Bidder)  By:    (individual’s signature) Name:    (typed or printed) Title:    (typed or printed) Attest:    (individual’s signature) State of Residency:   Federal Tax Id. No.   Address for giving notices:         Phone:  Email:  (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an  individual signing on behalf of another individual Bidder, or if the authorized individual is a  representative of a corporation, partnership, or joint venture.)  END OF SECTION  00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 LS 1 -$ -$ A2 EA 1 -$ -$ -$ B1 LS 1 -$ -$ -$ C1 LS 1 592,000.00$ 592,000.00$ C2 LS 1 79,285.75$ 79,285.75$ C3 LS 1 36,712.00$ 36,712.00$ 707,997.75$ D1 LS 1 -$ -$ -$ Contract Times 482 days 512 days Part C-ALLOWANCES (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) SUBTOTAL PART C - ALLOWANCES (C1 THRU C3) SUBTOTAL PART A - GENERAL (Item A1) SUBTOTAL PART B - WASTEWATER IMPROVEMENTS (Item B1) Whitecap WWTP UV Disinfection System Upgrade City of Corpus Christi Jeff Edmonds, Director of Capital Programs Freese and Nichols, Inc. E10179 Part B - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) WWTP Improvements and Modifications Allowance for UV Disinfection System Allowance for Re-Lift Pumps Allowance for Re-Lift Pump Station Check Valve 00 30 01 BID FORM DESCRIPTION Base Bid Ozone Advisory Day Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid Mobilization Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in SUBTOTAL PART C - ALLOWANCES (Items C1 thru C3)707,997.75$ TOTAL PROJECT BASE BID (PARTS A THRU C) SUBTOTAL PART D - ADDITIVE / DEDUCTIVE ALTERNATE NO. 1 (Items D1)-$ TOTAL PROJECT ALT BID (PARTS A THRU D) SUBTOTAL PART B - WASTEWATER IMPROVEMENTS (Item B1)-$ Part D- ADDITIVE / DEDUCTIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Automatic Backwash Disk Filters manufactured by Aqua- Aerobic Systems, Inc. (ADD or DEDUCT) SUBTOTAL PART D - ADDITIVE / DEDUCTIVE ALTERNATE NO. 1 (D1) BID SUMMARY SUBTOTAL PART A - GENERAL (Item A1)-$ Bid Form Whitecap WWTP UV Disinfection System Upgrade - E10179 Page 1 of 1 REV 10-14-2014 Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifie s as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant 00 30 05 City of Corpus Christi Disclosure of Interest FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. “Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. “Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part - time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Non-Collusion Certification 00 30 06 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Whitecap WWTP UV Disinfection System Upgrade E10179 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Statement of Experience 00 45 16 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer’s request, signed and dated by the Bidder’s owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 00 45 16 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 – PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER’S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. Statement of Experience 00 45 16 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 00 45 16 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full -time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 1 – Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 00 45 16 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 00 45 16 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 3 – Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 Table 4 – Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Statement of Experience 00 45 16 - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 Rev 10-6-2015 ARTICLE 4 – CERTIFICATION 4.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder’s responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder’s organization. The individual signing this certification shall attach evidence of individual’s authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Agreement 00 52 23 ‐ 1  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  00 52 23 AGREEMENT  This Agreement, for the Project awarded on ______________________,  2016, is between the City of  Corpus Christi (Owner) and             (Contractor).    Owner and Contractor agree as follows:  ARTICLE 1 – WORK  1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents.  The  Work is generally described as:  Whitecap Wastewater Treatment Plant Ultra‐Violet (UV) Disinfection System Upgrade  E10179  ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE  2.01 The Project has been designed by:  Freese and Nichols, Inc.  800 N. Shoreline Blvd., Suite 1600N  Corpus Christi, Texas 78401  2.02 The Owner’s Authorized Representative for this Project is:  ___________________________________  ___________________________________  ___________________________________  ARTICLE 3 – CONTRACT TIMES  3.01 Contract Times  A. The Work is required to be substantially completed within 482 days after the date when  the Contract Times commence to run as provided in the Notice to Proceed and is to be  completed and ready for final payment in accordance with Paragraph 15.06 of the General  Conditions within 512 days after the date when the Contract Times commence to run.  B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00  SPECIAL PROCEDURES.  3.02 Liquidated Damages  A. Owner and Contractor recognize that time limits for specified Milestones, Substantial  Completion, and completion and readiness for Final Payment as stated in the Contract  Documents are of the essence of the Contract.  Owner and Contractor recognize that the  Owner will suffer financial loss if the Work is not completed within the times specified in  Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General  Conditions.  Owner and Contractor also recognize the delays, expense, and difficulties  Agreement 00 52 23 ‐ 2  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if  the Work is not completed on time.  Accordingly, instead of requiring any such proof,  Owner and Contractor agree that as liquidated damages for delay (but not as a penalty):  1. Substantial Completion:  Contractor shall pay Owner $750.00 for each day that expires  after the time specified in Paragraph 3.01 for Substantial Completion until the Work is  substantially complete.  2. Completion of the Remaining Work:  Contractor agrees to pay Owner $750.00 for each  day that expires after the time specified in Paragraph 3.01 for completion and  readiness for final payment until the Work is completed and ready for final payment in  accordance with Paragraph 15.06 of the General Conditions.  3. Liquidated damages for failing to timely attain Substantial Completion and Final  Completion are not additive and will not be imposed concurrently.  4. Milestones:  Contractor agrees to pay Owner liquidated damages as stipulated in  SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions.  5. The Owner will determine whether the Work has been completed within the Contract  Times.  B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue  its actual damages resulting from the failure of Contractor to complete the Work in  accordance with the requirements of the Contract Documents.  ARTICLE 4 – CONTRACT PRICE  4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract  Documents at the unit prices shown in the attached BID FORM.  Unit prices have been  computed in accordance with Paragraph 13.03 of the General Conditions.  Contractor  acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of  comparing Bids, and final payment for all unit price items will be based on actual quantities,  determined as provided in the Contract Documents.  Total Base Bid Price $   ARTICLE 5 – PAYMENT PROCEDURES  5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions.   Applications for Payment will be processed by the OAR as provided in the General Conditions.  5.02 Progress Payments; Retainage:  A. The Owner will make progress payments on or about the 25th day of each month during  performance of the Work.  Payment is based on Work completed in accordance with the  Schedule of Values established as provided in the General Conditions.  B. Progress payments equal to 95 percent of the total earned value to date for completed  Work and properly stored materials will be made prior to Substantial Completion.  The  balance will be held as retainage.  Agreement 00 52 23 ‐ 3  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of  payments previously made and less set‐offs determined in accordance with Paragraph  15.01 of the General Conditions.  D. At the Owner’s option, retainage may be required at a higher percentage rate if progress  on the Project is considered to be unsatisfactory.  If retainage in excess of the amount  described above is held prior to Substantial Completion, the Owner will place the additional  amount in an interest bearing account.  Interest will be paid in accordance with Paragraph  6.01.  E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less  amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less  200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach  Substantial Completion.  Owner may, at its sole discretion, elect to hold retainage in the  amounts set forth above for progress payments prior to Substantial Completion if Owner  has concerns with the ability of the Contractor to complete the remaining Work in  accordance with the Contract Documents or within the time frame established by this  Agreement.  Release or reduction in retainage is contingent upon and consent of surety to  the reduction in retainage.  5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with  Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work.  ARTICLE 6 – INTEREST ON OVERDUE PAYMENTS AND RETAINAGE  6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas  Government Code Chapter 2251.  6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas  Government Code Chapter 2252.  ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS  7.01 The Contractor makes the following representations:  A. The Contractor has examined and carefully studied the Contract Documents and the other  related data identified in the Bidding Documents.  B. The Contractor has visited the Site and become familiar with and is satisfied as to the  general, local, and Site conditions that may affect cost, progress, and performance of the  Work.  C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and  performance of the Work.  D. The Contractor has carefully studied the following Site‐related reports and drawings as  identified in the Supplementary Conditions:  1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site;  2. Drawings of physical conditions relating to existing surface or subsurface structures at  the Site;  Agreement 00 52 23 ‐ 4  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  3. Underground Facilities referenced in reports and drawings;  4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or  adjacent to the Site; and  5. Technical Data related to each of these reports and drawings.  E. The Contractor has considered the:  1. Information known to Contractor;  2. Information commonly known to contractors doing business in the locality of the Site;  3. Information and observations obtained from visits to the Site; and  4. The Contract Documents.  F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with  respect to the effect of such information, observations, and documents on:  1. The cost, progress, and performance of the Work;  2. The means, methods, techniques, sequences, and procedures of construction to be  employed by Contractor; and  3. Contractor’s safety precautions and programs.  G. Based on the information and observations referred to in the preceding paragraphs,  Contractor agrees that no further examinations, investigations, explorations, tests, studies,  or data are necessary for the performance of the Work at the Contract Price, within the  Contract Times, and in accordance with the other terms and conditions of the Contract  Documents.  H. The Contractor is aware of the general nature of Work to be performed by Owner and  others at the Site that relates to the Work as indicated in the Contract Documents.  I. The Contractor has correlated the information known to the Contractor, information and  observations obtained from visits to the Site, reports and drawings identified in the  Contract Documents, and all additional examinations, investigations, explorations, tests,  studies, and data with the Contract Documents.  J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or  discrepancies that the Contractor has discovered in the Contract Documents, and the  written resolution provided by the OAR is acceptable to the Contractor.  K. The Contract Documents are generally sufficient to indicate and convey understanding of  all terms and conditions for performance and furnishing of the Work.  L. Contractor’s entry into this Contract constitutes an incontrovertible representation by  Contractor that without exception all prices in the Agreement are premised upon  performing and furnishing the Work required by the Contract Documents.  ARTICLE 8 – ACCOUNTING RECORDS  8.01 Accounting Record Availability:  The Contractor shall keep such full and detailed accounts of  materials incorporated and labor and equipment utilized for the Work consistent with the  requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper  Agreement 00 52 23 ‐ 5  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015  financial management under this Agreement.  Subject to prior written notice, the Owner shall  be afforded reasonable access during normal business hours to all of the Contractor’s records,  books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data  relating to the Cost of the Work and the Contractor’s fee.  The Contractor shall preserve all such  documents for a period of 3 years after the final payment by the Owner.  ARTICLE 9 – CONTRACT DOCUMENTS  9.01 Contents:  A. The Contract Documents consist of the following:  1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS.  2. Drawings listed in the Sheet Index.  3. Addenda.  4. Exhibits to this Agreement:  a. Contractor’s Bid Form.  5. Documentation required by the Contract Documents and submitted by Contractor  prior to Notice of Award.  B. There are no Contract Documents other than those listed above in this Article.  C. The Contract Documents may only be amended, modified, or supplemented as provided in  Article 11 of the General Conditions.  ARTICLE 10 – CONTRACT DOCUMENT  SIGNATURES  Four original duplicates of the signed Agreement will be required.  The sequence of signatures  will be completed in the following order:  A.  CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or  company. If Contractor is a Corporation, agreements must be Attested;   B.  ASSISTANT CITY ATTORNEY for the City;   C. DIRECTOR OF ENGINEERING SERVICES;  D. CITY SECRETARY for the City. The Effective Date of the Contract is ______________________________, 2016.   ATTEST  CITY OF CORPUS CHRISTI       Rebecca Huerta  City Secretary  J.H. Edmonds, P.E.    Director of Engineering Services       Agreement 00 52 23 ‐ 6  Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10‐6‐2015       APPROVED AS TO LEGAL FORM:                Janet L. Kellogg     Assistant City Attorney          ATTEST (IF CORPORATION)  CONTRACTOR       (Seal Below)  By:     Note:  Attach copy of authorization to sign if  person signing for CONTRACTOR is not President,  Vice President, Chief Executive Officer, or Chief  Financial Officer   Title:       Address         City State Zip            Phone Fax       EMail END OF SECTION  Performance Bond 00 61 13 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business) : Mailing address (principal place of business) : Physical address (principal place of business) : Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business) : Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number) : Telephone (for notice of claim) : Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 10-6-2015 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV. 10-6-2015 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business) : Mailing address (principal place of business) : Physical address (principal place of business) : Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business) : Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number : Telephone (main number) : Telephone (for notice of claim) : Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Payment Bond Form 00 61 16 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV. 10-6-2015 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor’s Team. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor’s Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor’s Team’s operations; c. Damage to other adjacent land or areas; and General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor’s Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor’s safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor’s interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor’s cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR’s issuance of the OPT’s statement to Contractor regarding the subsurface or physical condition in question. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor’s safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor’s Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor’s Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor’s Team that was not created by the Contractor’s Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR’s notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 – BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor’s obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner’s consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR’s consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year’s Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor’s reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner’s exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor’s compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor’s Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor’s Team. E. Contractor’s duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor’s Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner’s safety program if required to do so in the Supplementary Conditions. A copy of the Owner’s safety program will be provided in the Bidding Documents. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor’s warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor’s warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor’s obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor’s performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY’S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR’S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR’S TEAM, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor’s Team or other individuals or entities under workers’ compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor’s counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor’s design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer’s review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer’s review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor’s Work. This other work may be performed by Owner’s employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor’s Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor’s Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner’s responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner’s responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT’s Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer’s approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor’s supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor’s agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor’s submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor’s employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers’ compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers’ field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor’s Cost of the Work and fee are determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor’s fee. 2. Office expenses other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor’s Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor’s fee. 6. Any Indemnified Cost paid with regard to Contractor’s indemnification of Owner’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor’s safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner’s special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT’s evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT’s observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor’s intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner’s right to stop the Work does not create a duty to exercise this right for the benefit of Contractor’s Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days’ notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor’s services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner’s rights and remedies under this Paragraph 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor’s conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor’s failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor’s Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor’s failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor’s notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner’s use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor’s coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner’s assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner’s use or occupancy of the Work; 3. Contractor’s obligations for operations and maintenance during performance and acceptance testing; 4. Contractor’s access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT’s reasons for not recommending final payment. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR’s recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor’s failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor’s continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor’s creditors, or e. A receiver is appointed on account of Contractor’s insolvency; 5. Contractor’s disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor’s repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days’ notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days’ notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner’s Right to Audit Contractor’s Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor’s records only during regular business hours. Contractor agrees to allow Owner and/or Owner’s designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor’s Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor’s Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys’ fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney’s fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor’s Guarantee as Additional Remedy A. The Contractor’s guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Wage Rate Requirements 00 72 02 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis-Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 00 72 02 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Wage Determination (WD) No Construction Type Project Type TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -45 Heavy Pipeline - On -Shore Pipeline Construction TX -342 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) Wage Rate Requirements 00 72 02 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 B. Prevailing Wage Rate – TX – 31 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 9.05 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 2.58 Laborers: Common......................$ 7.25 Utility.....................$ 7.68 Power equipment operators: Backhoe.....................$ 9.21 Motor Grader................$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Wage Rate Requirements 00 72 02 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Wage Rate Requirements 00 72 02 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator Wage Rate Requirements 00 72 02 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Wage Rate Requirements 00 72 02 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 C. Prevailing Wage Rate – TX – 45 General Decision Number: TX160045 01/08/2016 TX45 Superseded General Decision Number: TX20150045 State: Texas Construction Types: Heavy PIPELINE - ON-SHORE PIPELINE CONSTRUCTION: Counties: Texas Statewide. PIPELINE - ON-SHORE CONSTRUCTION Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX1997-002 01/01/1997 Rates Fringes Laborers: Drillers....................$ 16.08 2.01 Hot Pay.....................$ 15.58 2.01 Jackhammermen...............$ 15.58 2.01 Loaders.....................$ 16.08 2.01 Powderman, blasters & shooters....................$ 16.58 2.01 Unskilled...................$ 15.08 2.01 Pipefitter.....................$ 36.49 7.45 Power equipment operators: Group 1.....................$ 22.95 6.05 Group 2.....................$ 17.54 4.80 Group 3.....................$ 12.37 3.55 Truck drivers: Group 1.....................$ 18.82 a Group 2.....................$ 18.82 a Wage Rate Requirements 00 72 02 - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Group 3.....................$ 16.81 a Group 4.....................$ 16.04 a Group 5.....................$ 15.71 a FOOTNOTE a - $2.52 PER HOUR PLUS $41.00 PER WEEK WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. TRUCK DRIVER CLASSIFICATIONS GROUP 1 - Truck Mechanics GROUP 2 - Lowboy, rollagon or similar type equipment GROUP 3 - A-Frame, Gin pole, Tandem float (4 & 5 axle) , rubber- tired tractor, fork lift, winch truck, track truck equipment, stringing truck GROUP 4 - Single axle float (3 axle), flat bed truck (3 axle) dump truck (3 axle), skid truck (3 axle), hot pass (2 axle), Flat bed truck (2 axle) dump truck (2 axle), skid truck (2 axle) water truck (2 axle), pick up, bus jeep, staion wagon, swamp buggy or similar type equipment. GROUP 5 - Stringer bead & hot pass (2 axle, flat bed truck (2 axle), dump truck (2 axle), skid truck (2 axle), water truck (2 axle), pick-up, bus jeep, station wagon, swamp buggy or similar type equipment. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1 - Backhoe, dragline, clam, crane, ditching machine, side booms (except those in GROUP 2), mechanic, operator on dredges, bulldozer, cleaning machine, coating machine, back filler, motor grader, end loader (3 yd. & over), blending machine, wate-kote machine,equipment welder, track tractor GROUP 2 - Pipe dream, gin truck or winch truck with poles when used for hoisting, side boom (cradling rock drill), tow tractor,, farm tractor, road boring machine, end loader (under 3 y.d), fork lift (industrial type), pot fireman (power agitated); straightening machine, boring machine, bombardier (track or tow rig), mobile lubrication & service engineer, hydrostatic testing operator, rollagon or similar type equipment GROUP 3 Fuel man, oiler or swamper (on trenching machine or shovel- type equipment) ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Wage Rate Requirements 00 72 02 - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Wage Rate Requirements 00 72 02 - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage Rate Requirements 00 72 02 - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Wage Rate Requirements 00 72 02 - 12 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 D. Prevailing Wage Rate – TX – 342 General Decision Number: TX160342 01/08/2016 TX342 Superseded General Decision Number: TX20150342 State: Texas Construction Type: Building Counties: Aransas, Nueces and San Patricio Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 BOIL0074-003 01/01/2014 Rates Fringes BOILERMAKER......................$ 23.14 21.55 ---------------------------------------------------------------- ELEC0278-002 08/30/2015 Rates Fringes ELECTRICIAN......................$ 25.00 7.70 ---------------------------------------------------------------- ENGI0178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane.............$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above.....$ 28.75 10.60 Wage Rate Requirements 00 72 02 - 13 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 (3) Hydraulic cranes 59 Tons and under..............$ 27.50 10.60 ---------------------------------------------------------------- * IRON0084-011 06/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL...........$ 23.02 6.35 ---------------------------------------------------------------- SUTX2014-068 07/21/2014 Rates Fringes BRICKLAYER.......................$ 20.04 0.00 CARPENTER........................$ 15.21 0.00 CEMENT MASON/CONCRETE FINISHER...$ 15.33 0.00 INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...............$ 19.77 7.13 IRONWORKER, REINFORCING..........$ 12.27 0.00 IRONWORKER, STRUCTURAL...........$ 22.16 5.26 LABORER: Common or General......$ 9.68 0.00 LABORER: Mason Tender - Brick...$ 11.36 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.58 0.00 LABORER: Pipelayer..............$ 12.49 2.13 LABORER: Roof Tearoff...........$ 11.28 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 14.25 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 13.93 0.00 OPERATOR: Bulldozer.............$ 18.29 1.31 OPERATOR: Drill.................$ 16.22 0.34 OPERATOR: Forklift..............$ 14.83 0.00 OPERATOR: Grader/Blade..........$ 13.37 0.00 OPERATOR: Loader................$ 13.55 0.94 OPERATOR: Mechanic..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Wage Rate Requirements 00 72 02 - 14 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Aggregate, and Concrete).........$ 16.03 0.00 OPERATOR: Roller................$ 12.70 0.00 PAINTER (Brush, Roller, and Spray)...........................$ 14.45 0.00 PIPEFITTER.......................$ 25.80 8.55 PLUMBER..........................$ 25.64 8.16 ROOFER...........................$ 13.75 0.00 SHEET METAL WORKER (HVAC Duct Installation Only)...............$ 22.73 7.52 SHEET METAL WORKER, Excludes HVAC Duct Installation...........$ 21.13 6.53 TILE FINISHER....................$ 11.22 0.00 TILE SETTER......................$ 14.74 0.00 TRUCK DRIVER: Dump Truck........$ 12.39 1.18 TRUCK DRIVER: Flatbed Truck.....$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck............................$ 12.50 0.00 TRUCK DRIVER: Water Truck.......$ 12.00 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Wage Rate Requirements 00 72 02 - 15 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. Wage Rate Requirements 00 72 02 - 16 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Wage Rate Requirements 00 72 02 - 17 Whitecap WWTP UV Disinfection System Upgrade – E10179 REV 06-12-2015 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION END OF SECTION Minority / MBE / DBE Participation Policy 00 72 03 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor’s aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 11 16 INVITATION TO BID. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Supplementary Conditions 00 73 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1 – DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Freese and Nichols, Inc. Bath Engineering Corporation Bullseye Land Surveying Company Rock Engineering & Testing Laboratory, Inc. B. Paragraph 1.01.A.54 “Substantial Completion” is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Cloth disk filters, backwash system, and controls systems. b. UV Disinfection system, wipers, air scour, and controls systems. c. Re-Lift Pump Station Pumps. d. Electrical Control Room and all new electrical gear. 2. Only the following items not yet complete in accordance with the Contract Documents: a. NA ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when Supplementary Conditions 00 73 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Storm Water Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 60 rain days have been set for this Project. An extension of time due to rain days will be considered only after 60 rain days have been exceeded during construction activities and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. “Subsurface Investigation, Laboratory Testing Program, and Foundation Recommendations for the Whitecap WWTP 3 rd UV Channel and Re-Lift Pump Station”, Rock Engineering and Testing Laboratory, September 4, 2015 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: a. Whitecap WWTP Record drawings (sets not guaranteed to be complete) dated: 1) 1973 / 1975 2) 1983 3) 1985 4) 1990 5) 1992 6) 1998 7) 1999 Supplementary Conditions 00 73 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: “5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: “The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Division 01 General Requirements Summary of Work 01 11 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: o New Cloth Disk Filters, structure, and appurtenances. o New UV Disinfection Equipment, structure, and appurtenances. o New Parshall Flume, ultrasonic level sensor, structure, and appurtenances. o New Re-Lift Pump Station, pumps, gates, piping, and appurtenances. o New Electrical Control Room Building, equipment, and appurtenances. o New Electrical Generator, connections, and appurtenances. o New Diesel Fuel Tank, connections, and appurtenances. o New Plant Road, curb, and gutter. o Yard piping, grading, and additional improvements. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. No work items that may impact construction scheduling and completion are known at this time. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 01 11 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. No work items that may impact construction scheduling and completion are known at this time. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALLOWANCES A. Allowance C1 – Allowance for UV Disinfection System: 1. The sum of $592,000.00 to be used for the purchase of UV disinfection system and appurtenances as defined in Specification Section 46 69 59. B. Allowance C2 – Allowance for Re-Lift Pumps and Appurtenances: 1. The sum of $79,285.75 to be used for the purchase of re-lift pumps and appurtenances as defined in Specification Section 44 42 56.04. C. Allowance C3 – Allowance for Re-Lift Pump Station Check Valve and Appurtenances: 1. The sum of $36,712.00 to be used for the purchase of re-lift pump station check valve and appurtenances as defined in Specification Section 33 12 16.37. 1.04 DESCRIPTION OF ALTERNATES A. Alternate D1 – Automatic Backwash Disk Filters manufactured by Aqua-Aerobic Systems, Inc.: 1. Bid shall include the cost addition or cost deduction, whichever is applicable, for the substitution of Automatic Backwash Disk Filters manufactured by Aqua-Aerobic Systems in lieu of Automatic Backwash Disk Filters designated in the Base Bid. Alternates and Allowances 01 23 10 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer’s facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 01 29 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor’s overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures 01 29 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures 01 29 00 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures 01 29 00 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures 01 29 00 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER’S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT’s reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR’s recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT’s review of Contractor’s Work for the purposes of recommending payments nor OAR’s recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures 01 29 00 - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1 – Mobilization : 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization/demobilization of the Project; f. Demobilization; and Measurement and Basis for Payment 01 29 01 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 g. Mobilization/Demobilization may not exceed 5 percent of the total Contract Price. 2. Measuring for payment is on a lump sum basis. 3. Payment for mobilization/demobilization will be based on the earned value of Work completed. B. Bid Item A2 – Ozone Advisory Day 1. Payment will be according to Ozone Advisory Day language in Paragraph 1.09, Section 01 57 00 TEMPORARY CONTROLS. C. Bid Item B1 - WWTP Improvements and Modifications : 1. Payment will be on a lump sum basis for Item B1. 2. Item B1 will be measured by complete and in-place improvements and modifications per plans and specifications including all Trench Safety. 3. Item B1 shall include Automatic Backwash Disk Filters in conformance with Section 46 61 41 and manufactured by Alfa Laval Ashbrook Simon-Hartley Operations, Inc. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item C1 – UV Disinfection System : 1. Payment will be on a lump sum basis for Item C1. 2. Item C1 will be measured by complete and in-place UV disinfection system and appurtenances per the plans and specifications. B. Bid Item C2 – Re-Lift Pumps : 1. Payment will be on a lump sum basis for Item C2. 2. Item C2 will be measured by complete and in-place re-lift pumps and appurtenances per the plans and specifications. C. Bid Item C3 – Re-lift Pump Station Check Valve : 1. Payment will be on a lump sum basis for Item C3 2. Item C3 will be measured by complete and in-place re-lift pump station check valve and appurtenances per the plans and specifications. D. Bid Additive / Deductive Alternate No. 1 - D1 – Automatic Backwash Disk Filters manufactured by Aqua-Aerobic Systems, Inc. 1. Bid shall include the cost addition or cost deduction , whichever is applicable, for the substitution of Automatic Backwash Disk Filters manufactured by Aqua-Aerobic Systems in lieu of Automatic Backwash Disk Filters designated in the Base Bid Item B1. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR’S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees’ vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination 01 31 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. Project Management and Coordination 01 31 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.10 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.11 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.12 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. Project Management and Coordination 01 31 00 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier’s required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. Project Management and Coordination 01 31 00 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.13 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.14 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.15 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. Project Management and Coordination 01 31 00 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner’s Uniform Barricading Standards and Practices. Copies of this document are available through the Owner’s Traffic Engineering Department. Secure required permits from the Owner’s Traffic Engineering Department. 1.16 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.17 BLASTING A. Blasting is not allowed for any purpose. 1.18 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. Project Management and Coordination 01 31 00 - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.19 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.20 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 826-3500 City Project Engineer, Melanie Gavlik 361-826-1929 Freese and Nichols, Inc. 361-561-6500 Traffic Engineering 826-3540 Police Department 882-2600 Water Department 361-826-1800 Wastewater Department 361-826-1800 Gas Department 885-6900 (885-6913 after hours) Storm Water Department 361-826-3800 Parks & Recreation Department 826-3461 Streets and Solid Waste Services 826-1940 AEP 1-877-373-4858 SBC / AT&T 881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 826 -1946 826-3547 Cablevision 857-5000 (857-5060 after hours) ACSI (Fiber Optic) 887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) Project Management and Coordination 01 31 00 - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 Public Agencies/Contacts Phone Number CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 289-2712 Port of Corpus Christi Authority Eng. 855-6153 TxDOT Area Office 808-2384 Corpus Christi Flour Bluff ISD 361-694-9000 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor’s organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor’s detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use “Notification by Contractor” form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 01 31 13 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 01 31 13 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management 01 31 14 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT’s responsibility to prove the product is not equal. Change Management 01 31 14 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management 01 33 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 01 33 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter “A” designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data 022420 Silt Fence 2 (D) Record Data 026206 Ductile Iron Pipe and Fittings 6 Record Data 03 11 00-T Concrete Forming 1.03 Shop Drawing 03 11 00-T Concrete Forming 1.03 Record Data 03 21 00-T Reinforcing Steel 1.03 Shop Drawing 03 21 00-T Reinforcing Steel 1.03 Record Data 03 30 00-T Cast-In-Place Concrete 1.03 Shop Drawing 03 30 00-T Cast-In-Place Concrete 1.03 Record Data 05 12 00-T Structural Steel 1.05 Shop Drawing 05 12 00-T Structural Steel 1.05 Record Data 05 31 01-T Rolled Metal Deck Roof 1.03 Shop Drawing 05 31 01-T Rolled Metal Deck Roof 1.03 Record Data O&M Manual 05 50 00-T Metal Fabrications 1.04 Shop Drawing 05 50 00-T Metal Fabrications 1.04 Record Data 05 52 00-T Metal Railings 1.03 Shop Drawing 05 52 00-T Metal Railings 1.03 Record Data 05 53 00-T Gratings 1.04 Shop Drawing 05 53 00-T Gratings 1.04 Record Data 07 92 00-T Joint Sealants 1.04 Shop Drawing Sample 09 96 00-T High Performance Coatings 1.03 Record Data Mockup 23 11 13-T Diesel Fueling System 1.02 Shop Drawing 23 11 13-T Diesel Fueling System 1.02 Record Data O&M Manual 23 81 19-T Wall Mount Air Conditioners 1.02 Shop Drawing 23 81 19-T Wall Mount Air Conditioners 1.03 Record Data O&M Manual 26 05 19-T Low Voltage Power Conductors 1.03 Shop Drawing 26 01 26-T Electrical Testing 1.03 Record Data None 26 05 00-T Common Work Results for Electrical 1.03 None 26 05 19.01-T Wire Connections and Devices 1.03 Shop Drawing 26 05 26 -T Grounding and Bonding for Electrical Systems 1.02 Shop Drawing 26 05 29-T Hangers And Supports For Electrical Systems 1.04 Shop Drawing 26 05 33-T Raceways and Boxes for Electrical Systems 1.04 Shop Drawing 26 05 33-T Raceways and Boxes for Electrical Systems 1.05 Shop Drawing 26 05 43-T Underground Ducts and Raceways for Electrical Systems 1.04 Shop Drawing 26 05 53-T Identification 1.02 Shop Drawing 26 64 19 Motor Control Centers 1.04 Shop Drawing 26 05 73-T Electrical Power Systems Studies 1.04 Shop Drawing 26 06 36-T Cable Trays for Electrical Systems 1.03 Shop Drawing 26 24 16-T Panelboards 1.04 Shop Drawing 26 24 16-T Panelboards 1.04 Record Data O&M Manual 26 27 26-T Wiring Devices 1.05 Shop Drawing 26 27 26-T Wiring Devices 1.05 Record Data O&M Manual 26 28 16-T Enclosed Switches and Circuit Breakers 1.04 Shop Drawing 26 28 16-T Enclosed Switches and Circuit Breakers 1.05 Shop Drawing 26 28 16-T Enclosed Switches and Circuit Breakers 1.06 Record Data O&M Manual 26 29 13-T Enclosed Controllers 1.04 Shop Drawing 26 29 13-T Enclosed Controllers 1.05 Shop Drawing 26 29 13-T Enclosed Controllers 1.06 Record Data O&M Manual 26 29 13-T Enclosed Controllers 1.07 Record Data O&M Manual 26 29 23-T Variable Frequency Motor Controllers 1.03 Shop Drawing 26 29 23-T Variable Frequency Motor Controllers 1.04 Shop Drawing 26 29 23-T Variable Frequency Motor Controllers 1.05 Shop Drawing 26 29 23-T Variable Frequency Motor Controllers 1.06 Record Data O&M Manual 26 29 23-T Variable Frequency Motor Controllers 1.07 Record Data O&M Manual 26 32 13-T Diesel Engine Generators 1.03 Shop Drawing 26 32 13-T Diesel Engine Generators 1.04 Shop Drawing 26 32 13-T Diesel Engine Generators 1.05 Record Data O&M Manual 26 36 00-T Transfer Switches 1.03 Shop Drawing 26 36 00-T Transfer Switches 1.04 Shop Drawing 26 36 00-T Transfer Switches 1.05 Record Data O&M Manual 26 50 00-T Lighting 1.04 Shop Drawing 26 69 20-T Packaged Electrical Control Room 1.03 Shop Drawing 33 05 01.02-T Ductile Iron Pipe and Fittings 1.03 Shop Drawing Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register Whitecap WWTP UV Disinfection System Upgrade - E10179 01 33 01-1 07-03-2014 Product Information Sample or Mockup Operations Data Paragraph No. Specification Section Specification Description Types of Submittals Required 33 05 01.02-T Ductile Iron Pipe and Fittings 1.03 Record Data 33 12 16.37-T Inline Check Valves 1.03 Shop Drawing O&M Manual 33 12 16.13-T Miscellaneous Valves 1.02 Shop Drawing O&M Manual 33 12 16.23-T Gate Valves 1.03 O&M Manual 40 05 50-T Fabricated Gates 1.04 Shop Drawing O&M Manual 40 05 50-T Fabricated Gates 1.04 Record Data 40 71 89-T Parshall Flume Liner 1.03 Shop Drawing O&M Manual 40 90 03-T Effluent Station Pump Control Panel 1.04 Shop Drawing 40 90 04-T Lift Station Pump Control Panel 1.04 Shop Drawing 40 94 33-T Operator Interface Terminal 1.04 Shop Drawing 40 94 33-T Operator Interface Terminal 1.04 Record Data O&M Manual 40 94 43-T Programmable Logic Controller 1.04 Shop Drawing 40 94 43-T Programmable Logic Controller 1.04 Record Data O&M Manual 40 94 30-T SCADA System 1.03 Shop Drawing 40 94 30-T SCADA System 1.03 Record Data O&M Manual 41 22 13-T Jib Crane 1.03 Shop Drawing O&M Manual 41 22 23.26-T Trolley Hoists 1.03 Shop Drawing O&M Manual 44 42 56.04-T Submersible Pumps 1.03 Shop Drawing O&M Manual 44 42 56.04-T Submersible Pumps 1.03 Record Data 46 61 41-T Automatic Backwash Disk Filters 1.04 Shop Drawing O&M Manual 46 61 41-T Automatic Backwash Disk Filters 1.04 Record Data 46 66 59-T Ultraviolet Disinfection System 1.02 Shop Drawing O&M Manual 46 66 59-T Ultraviolet Disinfection System 1.02 Record Data Shop Drawings 01 33 02 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items identified in SECTION 01 33 01 SUBMITTAL REGISTER. B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting Shop Drawings 01 33 02 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer’s attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. Shop Drawings 01 33 02 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable Shop Drawings 01 33 02 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Shop Drawings 01 33 02 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” Shop Drawings 01 33 02 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner’s option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. Shop Drawings 01 33 02 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the Shop Drawings 01 33 02 - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor’s markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is “Approved as Noted,” but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Resubmit with corrections made.” These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other Shop Drawings 01 33 02 - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. Shop Drawings 01 33 02 - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer’s review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items identified in SECTION 01 33 01 SUBMITTAL REGISTER and SECTION 01 31 13 SPECIAL PROCEDURES. B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Record Data 01 33 03 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Record Data 01 33 03 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. Record Data 01 33 03 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER’S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: Record Data 01 33 03 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of “Filed as Received” and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked “Rejected” and “Submit Shop Drawing.” No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked “Rejected” and “Revise and Resubmit.” Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked “Rejected” and “Cancel - Not Required.” No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 01 33 04 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor’s program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 01 33 04 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 01 33 05 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 - 1 Whitecap WWTP UV Disinfection Upgrade – E10179 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Work shall be completed within the specified time for these items: Description Time Plant shutdown duration for 30” -CE -DI Connection north of Secondary Clarifier. Six (6) Hours Electrical outage to specific equipment during electrical feed from new main gear to each area or piece of equipment. Contractor to Submit for Approval of Outage Duration for each instance. B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. Special Procedures 01 35 00 - 2 Whitecap WWTP UV Disinfection Upgrade – E10179 11-25-2013 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Number Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) 1 Plant Shut Down for 30” Tie-In (Clarifier Effluent Pipe North of Secondary Clarifier No. 1) Six (6) Hours 0000 - 0600 $1,000.00 2 Electrical Outage to Specific Equipment - during electrical feed from new main gear to each area or piece of equipment. Contractor to Submit for Approval of Outage Duration for each instance. Schedule must be approved. $500.00 3 Installation of 30” Outfall and Effluent Pipe. Time limit for this operation will not be imposed. However, bypass pumping of plant effluent must be provided throughout operation. NA NA B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the operation of the treatment plant and its processes. 2. Loss of treatment processes can subject the Owner to additional operations cost and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 – Plant Shutdown for 30” Tie-In: Special Procedures 01 35 00 - 3 Whitecap WWTP UV Disinfection Upgrade – E10179 11-25-2013 a. Construction of Filter Structure, UV Channels, Parshall Flume, and Re-Lift Pump Station and installation of all equipment must be completed prior to the scheduling of this tie-in. b. Before any tie-in activities begin, contractor shall install yard piping up to tie-in location, expose tie-in location, and have, on-site, all necessary materials and equipment required for the tie-in to be completed. c. Contractor shall schedule the plant shutdown with the City of Corpus Christi Operations Staff at least one week prior to the activity. 2. Critical Operation 2 – Electrical Outage to Specific Equipment: a. All new main electrical gear shall be installed and energized. b. All installation of conduit and wire shall be completed, to the extent possible prior to any planned electrical outage. c. Each outage shall be scheduled and the schedule and duration of each outage shall be approved by the Owner and Engineer. d. Once approved, equipment shall be re-fed from the new electrical gear with minimal down time to the process. e. Temporary power shall be provided, as needed, if the outage duration extends beyond the approved schedule. 3. Critical Operation 3 – Installation of 30” Outfall and Effluent Pipe: a. Before cutting and removing the existing vitrified clay effluent pipe, bypass pumping shall be provided for plant effluent from the existing Parshall flume structure to within 20 feet of the existing outfall. b. Bypass pumping shall be provided throughout the operation and until the new processes and 30” effluent pipe are operational. c. Installation of the new 30” outfall will require USACE coordination, cofferdams or alternate means of damming, and dewatering. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. B. The Owner will assist in operations of the treatment plant processes and equipment for shutdowns and temporary electrical outages. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR’S RESPONSIBILITIES A. Review the OPT’s Quality Management Program and prepare and submit the Contractor’s Quality Control Plan. B. Implement the Contractor’s Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT’s use in performing inspections and testing; Quality Management 01 40 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT’s Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor’s Quality Control Plan, the OPT’s Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor’s Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor’s Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 01 40 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; 4. Constitute or imply OPT’s acceptance; and 5. Affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. D. Work is subject to OPT’s quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR’S USE OF OPT’S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT’s anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT’s quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor’s Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT’s quality assurance testing program deviates significantly from the OPT’s Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management 01 40 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 01 40 00 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor’s Quality Control Plan. Do not begin Work until the Contractor’s Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 01 40 00 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor’s Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor’s Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor’s Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor’s Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor’s Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor’s Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor’s Quality Control Plan or quality control personnel. Quality Management 01 40 00 - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 E. Meet with the OPT 7 days after Contractor’s Quality Control Plan is submitted and before start of construction to discuss the Contractor’s Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT’s field office and the Contractor’s field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT’s field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT’s field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 01 50 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES A. Furnish a field office of adequate size for Contractor’s use. Provide conference room space for a minimum of 8 people. B. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. C. No monthly partial payments will be processed until OPT’s field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. Temporary Facilities and Controls 01 50 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor’s and the OPT’s field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi’s Water Conservation and Drought Contingency Plan as amended (the “Plan”). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. Temporary Facilities and Controls 01 50 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Controls 01 57 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled “STORM WATER QUALITY MANAGEMENT PLANS” and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre-construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls 01 57 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls 01 57 00 - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than “well pointing” to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to Temporary Controls 01 57 00 - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Laguna Madre. E. Testing of groundwater quality is to be performed by the Owner, at the Owner’s expense, prior to commencing discharge and shall be retested by the Owner, at the Owner’s expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Utilities Department to obtain a “no cost” permit from the Owner’s Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be Texas Molecular in Corpus Christi, Texas . B. The payment for this Work will be based on the Contractor’s actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under Bid Item B1. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner’s requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL Temporary Controls 01 57 00 - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements 01 70 00 - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 01 70 00 - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Division 02 Sitework SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 “Site Clearing and Stripping”. Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor’s expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re-use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame-cutting the members immediately adjacent to the connections. Flame-cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re-erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 “Excavation and Backfill for Utilities” and 022080 “Embankment”. All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10” loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10” loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 “Trench Safety for Excavations” of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well-points, as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 “Select Material”. 022020 Page 3 of 4 Rev. 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev. 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City’s Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector’s direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor’s expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan’s objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system . Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 SECTION 022040 STREET EXCAVATION 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D698) to within 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding ½ inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right-of-Way Line Finish grade at the property line shall be as shown on the drawings. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of - way lines shall be made at a slope of three horizontal to one vertical (3:1) or flatter. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes which, in the judgment of the Engineer, require variation, shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF ROADBED MATERIALS Where shown on the plans, Select Material shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically-stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre-approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18-kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10-30-2014 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub-base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway- legal rubber-tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10-30-2014 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather-edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2” diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev. 10-30-2014 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10-30-2014 SECTION 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 ½ inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10-inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section, and in lengths of 16 feet measured longitudinally, shall be corrected by loosening, adding or removing material, reshaping, and re-compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 Rev. 10-30-2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 “Excavation and Backfill for Utilities” Section 022100 “Select Material” Section 025223 "Crushed Limestone Flexible Base” Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 “Portland Cement Concrete Pavement” Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 “Excavation and Backfill for Utilities.” 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-2015 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement-stabilized sand backfill, flexible base, prime coat, hot-mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance-graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, “Asphalts, Oils, and Emulsions” (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer’s instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60º F and falling, but it may be applied when the air temperature is above 50º F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev. 10-30-2014 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025414 AGGREGATE FOR SURFACE TREATMENT 1. DESCRIPTION This specification establishes the requirements for surface aggregate to be used in the construction of surface treatments and seal coats. The type, grade, and surface aggregate classification (SAC) of aggregate shall be as specified in the applicable specification or as shown on the drawings. 2. AGGREGATE A. Materials. Furnish uncontaminated materials of uniform quality throughout that meet the requirements of the drawings and specifications. Materials shall meet the applicable requirements of TxDOT Specification Item 302 “Aggregates for Surface Treatments” (latest edition). 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, aggregate for surface treatment and seal coats shall not be measured and paid separately, but shall be subsidiary to the construction in which these materials are used. 025414 Page 1 of 1 Rev. 3-25-2015 SECTION 025418 SURFACE TREATMENT 1. DESCRIPTION One-course surface treatment shall consist of a wearing surface or underseal composed of a single application of asphalt material covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Two-course surface treatment shall consist of a wearing surface or underseal composed of two applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. Three-course surface treatment shall consist of a wearing surface or underseal composed of three applications of asphalt material, each covered with aggregate, constructed on the prepared base course or surface in accordance with this specification. 2. MATERIALS 1) Asphalt Materials. The asphalt material used shall be AC-5 (AC-3 in winter) or other approved material as prescribed in Standard Specification Section 025404 "Asphalts, Oils and Emulsions". 2) Aggregate. The aggregate used shall be Type P E pre-coated natural limestone rock asphalt as prescribed in City Standard Specification Section 025414 "Aggregate for Surface Treatment", graded as shown below. One-Course: Grade 4 Two-Course: Grade 4 – 2nd course (top) Grade 3 – 1st course (bottom) Three-Course: Grade 4 – 3rd course (top) Grade 3 – 2nd course (middle) Grade 3 – 1st course (bottom) 3. CONSTRUCTION METHODS Allow sufficient time for the prime coat to cure properly before applying the surface treatment binder. The area to be treated shall be cleaned of dirt, dust, or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to the application of the asphalt material. 025418 Page 1 of 3 Rev. 3-25-2015 Asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor, so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphalt material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphalt material may be applied for the full width of the surface treatment in one application, unless the width exceeds 26 feet. No traffic or hauling will be permitted over the freshly applied asphalt material. Asphalt material shall not be applied until immediate covering is assured. Aggregate shall be immediately and uniformly applied and spread by an approved self-propelled continuous feed aggregate spreader, unless otherwise shown on the plans or authorized by the Engineer in writing. Surface treatment shall not be applied when the air temperature is below 60º F and is falling, but it may be applied when the air temperature is above 50º F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. The rates of application of the aggregate and asphalt shall be as follows or as otherwise specified: 1st Course 2nd Course 3rd Course Asphalt Cement 0.20 gal/sq.yd. 0.16 gal/sq.yd. 0.16 gal/sq.yd. Aggregate 80 sq.yd./cu.yd. 100 sq.yd./cu.yd. 100 sq.yd./cu.yd. The entire surface shall be broomed, bladed or raked and thoroughly rolled as required by the Engineer. Where multiple courses are specified, each course shall be applied in the manner specified for one course surface treatment. The Contractor shall be responsible for the maintenance of the surfaces until the Engineer accepts the work. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt materials shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt materials with foreign material. It 025418 Page 2 of 3 Rev. 3-25-2015 shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The Engineer will select the temperature of application based on the temperature-viscosity relationship that will permit application of the asphalt within the limits recommended in Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that being 220 to 300 degrees F for AC-3, and 275 to 350 degrees F for AC-5. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, surface treatment as an integral part of the final structural pavement section shall be measured in place by the square yard of surface area to the limits shown on the plans and as directed by the Engineer. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to furnish and place the type of surface treatment called for. Surface treatment for temporary pavements shall not be measured and paid separately, but shall be subsidiary to the construction in which the surface treatment is used. 025418 Page 3 of 3 Rev. 3-25-2015 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job-mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications, and when properly placed the job-mix will be durable 025424 Page 2 of 8 Rev. 3-25-2015 and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A B C D Course Base Fine Base Course Surface Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page 3 of 8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex-200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Storage System. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the job-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600-foot section shall not exceed ninety inches per mile per traffic lane. For each 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor’s expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor’s expense, or such pavement may, at the City’s discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev. 3-25-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev. 3-25-2015 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be “Greenstreak” or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3-25-2015 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (1") safety relief valve set at the test pressure plus ten pounds per square inch (psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev. 10-30-2014 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = S D (P)½ or L = N D (P)½ 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = N D (P)½ 4,000 PVC Pipe - Uni-bell equation 99 L = N D (P)½ 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev. 10-30-2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop-applied cement-mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev. 10-30-2014 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and “Darafill” admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, “Darafill” and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev. 10-30-2014 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev. 10-30-2014 027602 Page 1 of 6 Rev. 7-1-2015 SECTION 027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling and installing gravity wastewater lines required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with the following: 6” Gravity Sewer Pipe ASTM D3034 DR 26 8” Gravity Sewer Pipe ASTM D3034 DR 26 10” Gravity Sewer Pipe ASTM D3034 DR 26 12” Gravity Sewer Pipe ASTM D3034 DR 26 15” Gravity Sewer Pipe ASTM D3034 DR 26 18” Gravity Sewer Pipe ASTM F679 DR 26 24” Gravity Sewer Pipe ASTM F679 DR 26 30” Gravity Sewer Pipe ASTM F679 DR 26 36” Gravity Sewer Pipe ASTM F679 DR 26 PS115 42” Gravity Sewer Pipe ASTM F679 DR35 PS46 48” Gravity Sewer Pipe ASTM F679 DR35 PS46 Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D3212 and shall be a non-blue color. 2. POLY-VINYL CHLORIDE (PVC) PRESSURE PIPE shall be AWWA C900 or C905 integral green (non-blue color) with a minimum pressure rating of not less than 150 psi, made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784. One (1) 20-ft. section of PVC pressure pipe, with appropriate adapters or as an encasing pipe over the carrier pipe, shall be used for gravity wastewater lines at all waterline crossings, and shall be centered under/ over the waterline as indicated on the drawings. Maintain a minimum of 2 feet vertical clearance between outsides of pipes where a new waterline crosses over a new non-pressurized wastewater line. Maintain a minimum of 6 inches vertical clearance between outsides of pipes where a new waterline crosses over a pressurized wastewater line. In all instances of water crossing wastewater, center a joint of water pipe over the wastewater pipe such that a minimum of 9 feet of horizontal offset exists from each water joint to the wastewater carrier pipe. 027602 Page 2 of 6 Rev. 7-1-2015 Alternatively, at waterline crossings, the PVC gravity wastewater pipe may be encased in a 20-ft. joint of pressure pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5') intervals with spacers, or shall be filled to the spring line with clean washed sand. The casing pipe shall be centered under/ over the waterline as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFILL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. 3. CONSTRUCTION METHODS A. Trench Excavation: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the Contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. 027602 Page 3 of 6 Rev. 7-1-2015 C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench have been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: POLY-VINYL CHLORIDE (PVC) PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: POLY-VINYL CHLORIDE (PVC) PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: 027602 Page 4 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities." H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section 027200 Control of Wastewater Flows. 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. POLY-VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association - Standard UNI-B-6 "Recommended Practice for Low- Pressure Air Testing of Installed Sewer Pipe"; the requirements of which are summarized by the following equation: T = 0.00237D2L [Equation 1] Where: T = Minimum allowable time (seconds) for a pressure drop of one (1) psi gage pressure D = Nominal pipe diameter (inches) L = Length of pipe run (feet) The test section shall be plugged and subjected to a test pressure not in excess of five (5) psi. The time required for a one (1) psi pressure drop shall be measured and shall not exceed the value obtained in Equation 1 above. 027602 Page 5 of 6 Rev. 7-1-2015 B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined rigid corrosion-resistant pipe with a length not less than 1.5 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inches) Mandrel O.D. (inches) 8 7.11 10 8.87 12 10.55 15 12.90 18 15.76 21 18.56 24 20.87 27 23.51 30 27.14 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill, for at least 30 days. 3. Belly: Pipe shall be rejected if belly exceeds 5% based on the readings from the video inspection. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable D. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information, if shown on the drawings or in the appendix, are without warranty as to correctness of fact or interpretation. 027602 Page 6 of 6 Rev. 7-1-2015 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gravity wastewater lines shall be measured by the linear foot for each size and depth of wastewater line installed, as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at the time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured for pay, but shall be considered subsidiary to pipe, unless included as a separate bid item in the Bid Form. Unless otherwise specified on the Bid Form, de-watering shall not be measured for pay, but shall be considered subsidiary unless included as a separate bid item in the Bid Form for well-pointing. Payment shall be full compensation for all labor, materials, equipment, pipe, bedding, de-watering, hauling, trench excavation and backfill, leakage and deflection testing, cleaning, televising, bypass pumping, and all cleaning up and other incidentals necessary to install the pipe complete in-place. SECTION 028340 CHAIN LINK SECURITY FENCE 1. DESCRIPTION This specification shall govern all work and materials required for providing chain link security fence for this project. 2. MATERIALS Wire Fabric fencing shall be 9 gauge steel with a minimum tensile strength of 80,000 psi. Mesh size shall be 2-inch - 1/16 inch between parallel wires. Top edge of fabric shall be twisted and barbed on 6 foot height fencing and shall be knuckled salvage on 4 foot fencing. Bottom edge of all fencing shall be twisted and barbed. Tie clips of 6-gauge steel shall be furnished in sufficient quantity to fasten fabric to top tension wire or to top rail at 24-inch intervals. Ties shall be furnished to fasten the fabric to bottom tension wire at 24 inch intervals. The fabric shall be tied to line posts at 15-inch intervals. Line Post shall be provided at a maximum spacing of 10 feet and be of the following sizes: Fabric Height Pipe Size H-Beam Section Embedment Size Wt./Ft. Size Length 4 ft. 1.90" O.D. 2.72# 1.875" x 1.625" 2.70# 24" 6 ft. 2.375"O.D. 3.65# 2.25" x 1.95" 4.10# 30" Corner Post and End Post shall be of the following sizes: Fabric Height Pipe Section Embedment Length Size Wt./Ft. 4 ft. 2.375" O.D. 3.65# 30" 6 ft. 2.875" O.D. 5.79# 42" 028340 Page 1 of 6 Rev. 10-30-2014 Gate Post shall be of the following sizes: Gate Leaf Pipe Section Embedment Length Size Wt./Ft. to 6 ft. 2.875" O.D. 5.79# 36" 6 to 13 ft. 4.0 " O.D. 9.10# 42" 13 to 18 ft. 6.625" O.D. 18.97# 48" Post caps for pipe sections shall be designed to exclude all moisture. Where barbed wire is specified, extension arms shall be integral with post caps. Where top rail is specified, post caps shall have an opening for top rail. All posts caps shall have a 2-inch skirt for rigidity. Top rail, where called for, shall be 1.625 inch O.D. steel pipe weighing 2.27#/foot. Top rail shall be furnished in random lengths not less than 18 feet per section and shall be joined with outside sleeve, steel couplings not less than 6 inches long and having a wall thickness of not less than 0.70 inch. Couplings shall be designed to allow for expansion movement of the top rail. Tension wire for top finish, where no top rail is specified, shall be 7-gauge high carbon steel wire. Tension wire shall be furnished for bottom edge of all fence fabric. Trussed bracing shall be furnished for each panel adjacent to a terminal, pull, corner, or gatepost. Compression member shall be 1.625 inch O.D. pipe as specified for top rail material. Tension members shall be 3/8 inch diameter steel rods with turnbuckles. For 6-foot fences with top tension wire, braced panels shall consist of horizontal pipe brace, located approximately 4 inches below top of fabric, a diagonal pipe brace, attached at the midpoint of the terminal post and at the bottom of the adjacent line post, and a truss rod, attached to the top of the adjacent line post, extending diagonally to the bottom of the terminal post. For 6-foot fences with top rail, braced panels shall consist of a horizontal pipe brace, midway between top and bottom of fence fabric, with a truss rod expending from midpoint of the line post diagonally to bottom of terminal post. Four-foot fences with top rail shall be braced with a truss rod connected to the bottom of the terminal post and extending to top of adjacent line posts. Four-foot fences without top rail shall have a horizontal brace pipe at the top of adjacent line posts. Four-foot fences without top rail shall have a horizontal brace pipe at the top of the fabric and a diagonal truss rod installed as described above. 028340 Page 2 of 6 Rev. 10-30-2014 Gates shall be fabricated from 1.90 inch O.D. pipe weighing 2.72#/foot. Fabric on gates shall be the same as that specified for fencing. The following accessories shall be furnished for each gate: Corner and tee fittings of malleable iron or pressed steel having means for attaching diagonal bracing members. Hinges of malleable iron providing for full 180 degree swing with bottom hinges to be ball and socket type. Diagonal braces consisting of 3/8 inch diameter truss rods with turnbuckles, two to each gate frame. Vehicle gates shall have vertical 1.90 inch O.D. pipe brace at center of each gate leaf. Latches for single gates shall have a single fork latch with padlock eye; double leaf gates shall have two fork latches mounted on center plunger rod with padlock eye. Hold backs shall be provided for each leaf of vehicular gates, employing a semi- automatic hold back catch to be anchored at least 12 inches into a 12 inch diameter by 24 inch deep concrete footing. A malleable iron center rest, designed to receive the plunger rod, to be anchored at least 12 inches into a 12-inch diameter by 24 inch deep concrete footing, shall be provided for all double leaf gates. The top of all gate frames shall align with the fencing top rail. Vehicular gates shall be 4 inches greater in overall height than the adjacent fencing so as to extend to within 2 inches of pavement between 6-inch curbs, if curbs are designated on the plans. Barbed wire, where specified, shall be 12  gauge with barbs sp 5 inches apart. Three strands of barbed wire will be required where barbed wire top is specified. Barbed wire support arms shall be at an angle of 45 degrees from vertical and shall have clips for attaching 3 strands of barbed wire. Each support arm shall be of sufficient strength to support a 200 lb. weight applied at the outer strand of barbed wire. Stretcher bars shall not be less than 3/16" inch by 3/4" inch flat steel and not more than 2 inches shorter than the fabric height. One stretcher bar shall be provided for each gate and end post. Two stretcher bars shall be provided for each corner and pull posts. Stretcher bars shall be attached to terminal posts with 1 inch x 1/8 inch 028340 Page 3 of 6 Rev. 10-30-2014 flat steel bands with 3/8 inch carriage bolts at intervals not exceeding 15 inches. Miscellaneous fittings and fasteners shall be furnished in sufficient quantities to erect all fencing materials in a proper manner. Approval of fence materials shall be obtained from the Engineer prior to erection. Galvanizing and Aluminum Coating. All material used in "Chain Link Security Fence" shall be hot dip zinc coated as specified by the following, except that the fabric may be aluminum coated: All posts and pipe: ASTM Designation: A 120 (1.8 oz/sf). All H-beam sections: ASTM Designation: A 123 (2.0 oz/sf). Fence fabric: ASTM Designation: A 392, Class 1 (1.2 oz/sf) or ASTM Designation: A 491 (0.40 oz/sf). Tension wire, barbed wire: ASTM Designation: A 121, Class III (0.80 oz/sf). Post caps, stretcher bars, miscellaneous fittings: ASTM Designation: A 153. Weight of zinc coating for all items shall be determined in accordance with ASTM Test Designation: A 90 except for core wire which shall have a galvanized coating weighing not less than 0.35 ounces of zinc per square foot. Field welds and cuts shall be touched-up with an approved zinc coating. 3. CONSTRUCTION METHODS Clearing and Grading. The Contractor shall perform all clearing of brush, rocks and debris which may be necessary for the installation of this fencing. The Engineer will stake out the locations for corner posts and terminal posts in this installation. The fencing panels between corner and terminal posts shall generally follow the finished ground elevations. However, the Contractor shall grade off minor irregularities in the path of the fencing as necessary to limit the variation of grade under the bottom edge of fence fabric to a distance of not more than six inches and not less than two inches to the ground. Post Spacing. Maximum spacing for line posts shall be 10 feet 0 inches. Pull posts shall be located not more than 500 feet apart and at each change in direction exceeding 20 degrees, both horizontally and vertically. Runs of fencing over 500 feet but less than 1,000 feet shall have a pull post in the center of the run. Postholes. Holes for concrete footings for all posts shall be drilled to the dimensions listed in the following tables: 028340 Page 4 of 6 Rev. 10-30-2014 Holes for Line and End Posts Type Post Fabric Height Min.Hole Min.Hole Post Diameter Depth Embedment Line 4' 9" 30" 24" Line 6" 10" 36" 30" End 4' 12" 36" 30" End 6' 12" 48" 42" Holes for Gate Posts Gate Post Size Min. Hole Min. Hole Depth Post Diameter Embedment 2.875" O.D. x 5.79# 12" 42" 36" 4" O.D. x 9.10# 18" 48" 42" 6.625" O.D. x 18.97# 18" 54" 48" Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 12 inches, and end, corner, gate and pull posts a minimum of 18 inches into the solid rock. The hole shall have a minimum diameter one inch greater than the largest dimension of the post section to be set. After the post is set and plumbed, the hole shall be filled with grout consisting of one part Portland cement and three parts clean, well-graded sand. Other grouting materials may be used if approved or specified by the Engineer. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in Table above unless the penetration into solid rock reaches the minimum depths specified above, in which case, the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. Excavated material from footings shall be removed from the job site by the Contractor. Concrete for Footings. Concrete for footings shall be Class "B" concrete in accordance with Section 030020, unless otherwise specified on plans. All concrete footings shall be cast up to finish grade and crowned 2 inches to shed water. Excess concrete not used in the footings, and any other construction debris, shall be removed from the site. Fabric Erection. The fence fabric shall be erected by securing one end and applying sufficient 028340 Page 5 of 6 Rev. 10-30-2014 tension to the other end to remove all slack before making attachments. The fabric shall be cut and each span shall be attached independently at all corner posts and pull posts. Fastening to end, pull, corner and gateposts shall be with stretcher bars which shall be secured to the posts with stretcher bar bands at intervals not exceeding 15 inches. Fence fabric shall generally follow the finished contour of the site with the bottom edge of fabric located 2 inches above the grade. In uneven areas, the ground shall be graded so that the maximum distance between bottom of fabric and ground in limited to 6 inches. Electric grounds. Grounding rods shall be at least 5/8 inch diameter by 8 feet long "copperweld" rods driven or drilled into the soil so that the top of the rod is approximately 6 inches below grade. A No. 6 solid copper conductor shall be clamped to the ground rod and the bottom tension wire of the fence with cast bronze clamps with bronze or stainless steel bolts and washers. Each 1,000-foot of fence shall be provided with a ground located near the center of the run. At least one electrical ground shall be installed for each fenced closure. A ground shall be provided directly under the point where a power line passes over the fence. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link security fence shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, ground wires, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. 028340 Page 6 of 6 Rev. 10-30-2014 Division 03 Concrete SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter – TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO 4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-½ In. 2 In. 1-½ In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-½ in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex-408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes ‘A’ and ‘C’, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water-Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air-Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air-entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well-ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water-reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water-reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water-reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete 4 inches 3 inches 5 inches 2.5 inches 5 inches 4 inches 6 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty-eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty-eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sacks Cement per C.Y. (min.) Minimum Compressive Strength (f'c) 28-Day(psi) Min. Beam Strength 7-Day (psi) Maximum Water-Cement Ratio (gal/sack) Coarse Aggregate No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central-Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions: (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Bar Size Number Nominal Diameter, In. Nominal Area, Sq. In. Weight per Linear Foot, Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Gauge Number Equivalent Diameter, Inches Gauge Number Equivalent Diameter, Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 #3 thru #8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: 5. STORING Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20-diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)". 2. Preformed Non-Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two-Component, Synthetic Polymer, Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer, Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex-525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77º F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, Oº F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200º F................................. None Water Content % by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158º F min. % .................... 50 For Class 1-a Material Only: Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 3½"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed- cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752 “Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction”, Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft3 Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application............2 percent 72 hours after application............4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1”) of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term “monolithic placement” shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar-tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch (1/16”). Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4”) on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2”) from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2”) from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar-tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders. 7. PLACING CONCRETE-GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom-dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10-foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch (1/16”) in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10- foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8”), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three-sixteenth of an inch (3/16”) will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2”) of clean granular material, kept wet at all times, or a minimum of one-inch 038000 Page 15 of 19 Rev. 3-25-2015 (1”) depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement-stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED STRUCTURE UNIT DESCRIPTION WATER FOR CURING MEMBRANE FOR INTERIM CURING WATER FOR CURING MEMBRANE FOR INTERIM CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). Other superstructure concrete (wing walls, parapet walls, etc.) X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete structures, concrete riprap, etc. X* X* 4 All substructure concrete, culverts, box sewers, inlets, manholes, retaining walls X* X* *Polyethylene sheeting, burlap-polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey-combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 Division 03-T Concrete Forming 03 11 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 03 11 00-T CONCRETE FORMING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish material and labor to form, tie, brace and support wet concrete, reinforcing steel and embedded items until the concrete has developed sufficient strength to remove forms. 1.02 QUALITY ASSURANCE A. Design Criteria: Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete, the temperature of the concrete, and all other pertinent factors shall be taken into consideration when determining the depth of the equivalent liquid. An additional design live load of 50 pounds per square foot shall be used on horizontal surfaces. B. Alignment Control: 1. True alignment of walls and other vertical surfaces having straight lines or rectangular shapes shall be controlled and checked by the following procedures: a. Forming shall be arranged with provisions for adjusting the horizontal alignment of a form, after the form has been filled with concrete to grade, using wedges, turn buckles, or other adjustment methods. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete in the top of the form is still plastic. b. Adjusting facilities shall be at intervals which permit adjustments to a straight line. Concrete shall not be placed until adequate adjusting facilities are in place. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: 2. Record Data. a. Manufacturers’ literature for specified products. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Concrete Institute (ACI) Specifications: ACI 301 Specifications for Structural Concrete ACI 318 Building Code Requirements for Structural Concrete 2. American Institute of Steel Construction (AISC) Publication: AISC Manual of Steel Construction Concrete Forming 03 11 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 3. American Iron and Steel Institute (AISI) Publication: AISI Cold Formed Steel Design Manual 4. American Plywood Association (APA) Standards: APA Design/Construction Guide: Concrete Forming 1.05 DELIVERY AND STORAGE A. Lumber for forms shall be stacked neatly on platforms raised above ground. 1.06 JOB CONDITIONS A. The Contractor shall notify the Engineer upon completion of various portions of the work required for placing concrete so that compliance with the plans and specifications may be monitored. The Engineer will authorize the Contractor to proceed with the placement after this has been completed and corrections, if required, have been made. B. In hot weather, both sides of the face forms may be required to be treated with oil to prevent warping and to secure tight joints. 2.00 PRODUCTS 2.01 MATERIALS A. Lumber: Properly seasoned and of good quality; free from loose or unsound knots, knot holes, twists, shakes, decay, splits, and other imperfections which would affect its strength or impair the finished surface of the concrete. B. Fiber Board Form Lining: Hardboard finished smooth on one side; minimum thickness of 3/16 inch thoroughly wet with water at least 12 hours before using. C. Plywood Form Lining: Conforming to APA HDO; exterior exposure waterproof adhesive, 3/8 inch thick. D. Form Oil: Light, clear oil; shall not discolor or injuriously affect the concrete surface, subsequent coatings, or delay or impair curing operations. 2.02 FABRICATIONS A. Lumber: Lumber for facing or sheathing shall be surfaced on at least one side and two edges, and sized to uniform thickness. Lumber of nominal 1-inch thickness or plywood of 3/4-inch thickness shall be permitted for general use on structures, if backed by a sufficient number of studs and wales. B. Special Form Lumber: 1. Molding for chamfer strips or other uses shall be made of redwood, cypress, or pine materials of a grade that will not split when nailed, and which can be maintained to a true line without warping. The form shall be mill cut and dressed on all faces. Fillet forms at sharp corners, both inside and outside and at edges, with triangular chamfer strips at all non-contiguous edges exposed to view. Thoroughly oil chamfer strips before installation on forms. Concrete Forming 03 11 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Construct forms for railings and ornamental work to standards equivalent to first class mill work. 3. All moldings, panel work, and bevel strips shall be straight and true with neatly mitered joints, and designed so that the finished work shall be true, sharp and clean cut. C. Forms: 1. Forms shall be built mortar tight and of material sufficient in strength to prevent bulging between supports. 2. Reused forms or form lumber shall be maintained clean and in good condition as to accuracy, shape, strength, rigidity, tightness, and smoothness of surface. 3. All forms shall be so constructed as to permit removal without damage to the concrete. Exercise special care in framing forms for copings, offsets, railing and ornamental work, so that there will be no damage to the concrete when the forms are removed. D. Carton Forms: 1. Use new carton forms of corrugated cardboard for slab and grade beam construction on drilled shafts for buildings. Forms shall be impregnated throughout with paraffin and laminated with water resistant adhesive. 2. Forms of the height indicated on the drawings shall be designed to support the concrete load plus a normal construction load. 3. Install carton forms according to the manufacturer’s recommendations and maintain in dry condition before concrete is placed. Carton forms which have not been maintained in a dry condition shall be replaced before concrete is placed. 4. Do not used trapezoidal carton forms. 5. Carton forms shall be fabricated using vertical internal cells and dividers. 6. Acceptable manufacturers: a. SureVoid Products, Inc., Englewood, CO (800) 458-5444. b. Savway Carton Forms, Inc., Irving TX (800) 552-6937. c. Harris Packaging Corporation, Haltom City, TX (800) 772-3168. d. Other manufacturers with products meeting the requirements of this specification and approved by the Engineer. E. Metal Forms: 1. The specifications for “Forms” regarding design, mortar tightness, filleted corners, beveled projections, bracing, alignment, removal, re use, oiling, and wetting shall apply equally to metal forms. 2. The metal used for forms shall be of such thickness that the forms will remain true to shape. Bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins, or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Concrete Forming 03 11 00-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 3. Metal forms which do not present a smooth surface or line up properly shall not be used. Exercise special care to keep metal free from rust, grease, or other foreign material that discolors the concrete. F. Form Linings: 1. Timber forms for exposed concrete surfaces which are to be given a rubbed finish shall be face-lined with an approved type of form lining material. 2. If plywood is used for form lining, it shall be made with waterproof adhesive and have a minimum thickness of 3/4 inch. It shall preferably be oiled at the mill and then re-oiled or lacquered on the job before using. 3. If fiber board is used, apply water to the screen side on the board. Stack the boards screen side to screen side. Use the smooth hard face as the contact surface of the form. Such surfaces may be formed with 3/4-inch thick plywood made with waterproof adhesive if backed with adequate studs and wales. The greatest strength of the outer plies should be at right angles to the studding. In this case, form lining will not be required. 4. Carefully align edges and faces of adjacent panels and fill the joints between panels with patching plaster or cold water putty to prevent leakage. Lightly sand with No. 0 sandpaper to make the joints smooth. 5. Forms which are reused shall have all unused form tie holes filled and smoothed as specified above. G. Form Ties: 1. Metal form ties shall be used to hold forms in place and to provide easy metal removal. The use of wire for ties shall not be permitted. 2. Leave no metal or other material within 1-1/2 inches of the surface, when removing form tie assemblies which are used inside the forms to hold the forms in correct alignment. The assembly shall provide cone-shaped depressions in the concrete surface at least 1 inch in diameter and 1-1/2 inches deep to allow filling and patching. Such devices, when removed, shall leave a smooth depression in the concrete surface without undue injury to the surface from chipping or spalling. 3. Burning off rods, bolts, or ties shall not be permitted. 4. Metal ties shall be held in place by devices attached to wales. Each device shall be capable of developing the strength of the tie. 5. Metal and wooden spreaders which are separate from the forms shall be wired to top of form and shall be entirely removed as the concrete is placed. 6. In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly fitted washer at midpoint to control seepage. Multi-rod ties do not require washers. The use of form ties which are tapered on encased in paper or other material to allow the removal of complete tie, and which leave a hole through the concrete structure, shall not be permitted. H. Falsework: Concrete Forming 03 11 00-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Falsework shall be designed and constructed so that no excessive settlement or deformation occurs. Falsework shall provide necessary rigidity. 2. Timber used in falsework centering shall be sound, in good condition and free from defects which impair its strength. 3. Steel members shall be of adequate strength and shape for the intended purpose. 4. Timber piling used in falsework may be of any wood species which satisfactorily withstands driving and which adequately supports the superimposed load. 5. When sills or timber grillages are used to support falsework columns, unless founded on solid rock, shale or other hard materials, place them in excavated pits. Backfill to prevent the softening of the supporting material from form drip or from rains that may occur during the construction process. Sills or grillages shall be of ample size to support the superimposed load without settlement. 6. Falsework not founded on a satisfactory spread footing shall be supported on piling, which shall be driven to a bearing capacity to support the superimposed load without settlement. 3.00 EXECUTION 3.01 PREPARATION A. Before placing concrete, insure that embedded items are correctly, firmly and securely fastened into place. Embedded items shall be thoroughly clean and free of oil and other foreign material. Anchor bolts shall be set to the correct location, alignment and elevation by the use of suitable anchor bolt templates. 3.02 INSTALLATION A. Pre-Placement: 1. During the elapsed time between building the forms and placing the concrete, maintain the forms to eliminate warping and shrinking. 2. Treat the facing of forms with suitable form oil before concrete is placed. Apply oil before the reinforcement is placed. Wet form surfaces which will come in contact with the concrete immediately before the concrete is placed. 3. At the time of placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust, and other extraneous matter at the time. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of foreign matter during concrete placement. B. Placement: 1. Set and maintain forms to the lines designated, until the concrete is sufficiently hardened to permit form removal. If, at any stage of the work, the forms show signs of bulging or sagging, immediately remove that portion of the concrete causing this condition. If necessary, reset the forms and securely brace against further movement. Concrete Forming 03 11 00-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Provide adequate cleanout openings where access to the bottom of the forms is not otherwise readily attainable. 3. Carefully and accurately place and support reinforcement in concrete structures. C. Removal: Remove forms so that the underlying concrete surface is not marred or damaged in any way. Forms shall not be removed until the concrete has attained sufficient strength to safely carry the dead load, but in no case less than the number of curing days set forth in the following table: Forms for concrete of minor structural load carrying importance 1 day Forms for walls, columns, sides of drilled shafts, massive structural components and other members not resisting a bending moment during curing 1 day Forms and falsework under slabs, beams and girders where deflectio ns due to dead load moment may exist (for spans < or = 10 feet) 7 days Forms and falsework under slabs, beams and girders where deflections due to dead load moment may exist (for spans > 10 feet and < or = 20 feet) 14 days D. Carton Forms: 1. Do not wrap carton forms in waterproof sheeting. 2. All flat carton forms for beams and slabs shall be protected by a 1/4-inch exterior hardboard siding or cementitious tile backer board placed on top of the forms. 3. Carton forms shall be fit neatly together. To correctly form the circular edge of drilled shafts, use manufactured fittings or cut neatly to fit and fill small voids with expanding urethane foam. END OF SECTION Reinforcing Steel 03 21 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 03 21 00-T REINFORCING STEEL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor and reinforcing materials required to cut, bend, tie, splice, place and support the reinforcement in the material grades, sizes, quantities and locations specified. 1.02 QUALITY ASSURANCE A. Tolerances: 1. Reinforcement shall be placed where specified, with the following maximum tolerances, plus or minus: a. Concrete Cover: 1/4 inch. b. Rebar Spacing: 1/4 inch in 12 inches. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: a. Reinforcing bar layout drawing with bar lists clearly marked and referenced to the Drawings. 2. Record Data: a. Manufacturers’ literature for specified products. 3. Certified Test Reports: a. Certification of steel quality, size, grade and manufacturer’s origin. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM A82 Specification for Steel Wire, Plain, for Concrete Reinforcement ASTM A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM A615 Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 2. American Concrete Institute (ACI) Publications: ACI 301 Specification for Structural concrete for Buildings ACI 315 Details and Detailing of Concrete Reinforcement Reinforcing Steel 03 21 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 ACI 318 Building Code Requirements for Reinforced Concrete 3. Concrete Reinforcing Steel Institute (CRSI) Publications: CRSI Manual of Standard Practice 1.05 DELIVERY AND STORAGE A. Store steel reinforcement above the surface of the ground upon platform skids or other supports. Protect from mechanical and chemical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the Work, steel reinforcement shall be free from dirt, scale, dust, paint, oil and other foreign material. Tag and store steel reinforcement for ease of correlation with Shop Drawings. 1.06 JOB CONDITIONS A. Proposed deviations from reinforcing indicated on the Drawings or Specifications shall be approved in writing by the Engineer prior to fabrication. B. Lap lengths shall be of the length shown on the Drawings or noted in lap and embedment table, and shall be in compliance with ACI 318. C. Specified cover for reinforcing shall be maintained throughout construction. Bars shall be cut to lengths necessary to allow for proper clearances. Cover of concrete shall be measured from face of forms to outside face of reinforcement. D. Stirrups shall be hooked. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Reinforcing Bars: Billet-Steel bars for concrete reinforcement conforming to ASTM A615; Grade 60, with minimum yield strength of 60,000 psi. Steel reinforcing bars shall be produced in the United States of America. B. Welded Wire Fabric: Cold-drawn steel wire conforming to ASTM A82; flat sheets fabricated in accordance with ASTM A1064. C. Supports (Chairs): Bar supports shall be of the proper type for the intended use. Bar supports shall be uniform high density polyethylene (plastic) or fiberglass reinforced plastic (FRP) conforming to CRSI Class 1, Maximum Protection. D. Spacers: Precast mortar blocks with a 28-day compressive strength that is greater than the specified concrete strength in which the blocks are being placed. E. Mechanical Bar Splices: Cadweld splices as manufactured by Erico Products, Inc., or approved equal, installed in strict accordance with the manufacturer’s instructions and recommendations. The mechanical devices shall develop at least 125 percent of the specified yield of the spliced bars. F. Mechanical Threaded Splices: Mechanical threaded connections shall utilize a metal coupling sleeve with internal threads which engage threaded ends of the bars to be spliced Reinforcing Steel 03 21 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 and shall develop in tension or compression 125 percent of the specified yield strength of the bar. 2.02 FABRICATIONS A. Bending: Reinforcement shall be bent cold by machine to shapes indicated on the Drawings; true to shapes indicated; irregularities in bending shall be cause for rejection. Unless otherwise noted, all hook and bend details and tolerances shall conform to the requirements of ACI 315 and ACI 318. 3.00 EXECUTION 3.01 PREPARATION A. Before any concrete is placed, all mortar blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in individual molds, after which time the blocks shall be immersed in water for the remainder of at least a 4-day curing period. The blocks shall be cast with the sides beveled and in such a manner that the size of the block increases away from the surface to be placed against the forms. Blocks shall be in the form of a frustum of a cone or pyramid. Suitable tie wires shall be provided in each block for anchoring the block to the reinforcing steel, and to avoid displacement when placing the concrete. The size of the surface to be placed adjacent to the forms shall not exceed 2-1/2 inches square or the equivalent thereof when circular or rectangular areas are provided. Blocks shall be accurately cast to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. 3.02 INSTALLATION A. General: Place the reinforcement carefully and accurately in the concrete structures. Rigidly tie and support the reinforcement. Welding of any type of reinforcement shall not be permitted. B. Splices: 1. Splicing of bars, except where indicated on the Drawings, shall not be permitted unless approved by the Engineer prior to fabrication. Splices shall be kept to a minimum. Splices shall preferably occur at points of minimum stress. Lap splices which are permitted shall have a lap in accordance with ACI 318. Rigidly clamp or wire the bars at all splices, in accordance with ACI. Overlap sheets of wire fabric sufficiently to maintain a uniform strength and securely fasten. 2. Welding of reinforcing steel splices shall not be permitted. 3. Make mechanical splices where shown on the Drawings using Cadweld splices or approved equal, installed in accordance with the manufacturer’s instructions and recommendations. The mechanical device shall develop at least 125 percent of the specified yield strength of the bar. C. Placement: 1. Place steel reinforcement, as indicated on the Drawings with the specified tolerances. Hold securely in place during the placing of the concrete. The minimum clear distance between bars shall be per ACI 318 unless noted otherwise. Always pass vertical stirrups Reinforcing Steel 03 21 00-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 around the main tension members and securely attach thereto. Wire reinforcing together at a sufficient number of intersections to produce a sound, sturdy mat or cage of reinforcement that will maintain the reinforcement in correct positions when the concrete is placed. 2. Hold the reinforcing steel in concrete slabs firmly in place with wire supports or “chairs.” Sizing and spacing of the chairs shall be sufficient to properly support the steel, and shall be in accordance with CRSI Publications “Manual of Standard Practice in.” 3. Space the reinforcing steel in concrete walls the proper distance from the face of the forms, as indicated on the Drawings: a. For wall surfaces exposed to view, use chairs. b. For wall surfaces not exposed to view, use chairs or precast mortar blocks. 4. Where reinforcing conflicts with location of anchor bolts, inserts, etc., submit prompt notifications so that revisions can be made before concrete is placed. No cutting of reinforcing shall be permitted without the prior approval of the Engineer. 5. Welded wire shall be fabricated flat sheets, in longest practical lengths. Lap joints one mesh. Do not locate end laps over beams of continuous structures or midway between supporting beams. Offset end laps of adjacent widths to prevent continuous lap. Fasten ends and sides of welded wire fabric at 48 inches O.C. with tie wire. 6. Reinforcing shall extend through construction joints. 3.03 FIELD QUALITY CONTROL A. Concrete shall not be placed until the Engineer has observed the final placing of the reinforcing steel, and has given permission to place concrete. END OF SECTION Cast-In-Place Concrete 03 30 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 03 30 00-T CAST-IN-PLACE CONCRETE 1.00 GENERAL SUMMARY A. Furnish labor, materials, mixing and transporting equipment and incidentals necessary to proportion, mix, transport, place, consolidate, finish and cure concrete in the structure. DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast- furnace slag, and silica fume; subject to compliance with requirements. SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings for: a. Mix design: For each concrete mix, complete the form “Concrete Mix Design” and one of the following forms: “Documentation of Required Average Strength – Field Strength Test Record” or “Documentation of Average Strength – Trial Mixtures.” b. Submit a schedule to the Owner’s representative which shows the sequence of concrete placements. 2. Certified Test Reports for: a. Materials used in the trial mix design. b. Aggregate, conforming to ASTM C33, including the test reports for soundness and abrasion resistance. c. Aggregate: 1). Verification that aggregate is not “potentially reactive” per ASTM C289. 2). Or a cement chemical analysis indicating that the total alkali content is acceptable per Paragraph 2.02.A. d. 7-day and 28-day compressive strength tests results. 1). When more than 15, 28-day compressive tests results are available from the current Project for a given class of concrete, include the 15-test running average compressive strength versus the required average compressive strength (based on the previous 15 tests) in graphical form. 3. Record Data for: a. Manufacturer’s literature on specified materials. Cast-In-Place Concrete 03 30 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: 1. A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer’s plant, each aggregate from one source, and each admixture from the same manufacturer. D. Welding: Qualify procedures and personnel according to AWS D1.4, “Structural Welding Code--Reinforcing Steel.” DELIVERY, STORAGE, AND HANDLING A. Deliver cement in bulk or bags which are plainly marked with the brand and manufacturer’s name. Immediately upon receipt, store cement in a dry, weather-tight and properly ventilated structure which excludes moisture. Storage facilities shall permit easy access for inspection and identification. Cement not stored in accordance with the requirements shall not be used. B. Sufficient cement shall be in storage to complete placement of concrete started. In order that cement may not become unduly aged after delivery, maintain records of delivery dates. Use cement which has been stored at the Site for 60 days or more before using cement of lesser age. No cement shall be used which is lumped, caked, stored more than 90 days, or whose temperature exceeds 170 F. C. Store different types and gradations of aggregates in a manner which prevents intermixing. Handle materials in stockpiles in a manner which prevents segregation of materials in the pile. Build in layers not over 3 feet in depth. Should segregation occur, remix the aggregates to conform to grading requirements. Stockpile fine aggregates at least 24 hours before mixing to reduce the free moisture content. STANDARDS A. Mixing, sampling, placing, curing and testing of concrete, and the materials used shall be in compliance with the latest revisions of the following standards, unless otherwise noted in the Contract Documents. The Contractor shall maintain one copy of each of the applicable standards at the construction field office. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C31 Standard Practice for of Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Specification Test Method for Compressive Strength of Cylindrical Concrete Specimens Cast-In-Place Concrete 03 30 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 ASTM C42 Standard Specification Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C87 Standard Specification Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar ASTM C94 Standard Specification of Ready Mixed Concrete ASTM C109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars ASTM C125 Terminology Relating to Concrete and Concrete Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C156 Standard Test Method for Water Retention by Concrete Curing Materials ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C191 Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air -Entraining Admixtures for Concrete ASTM C289 Standard Test Method for Potential Alkali -Silica Reactivity of Aggregates (Chemical Method) ASTM C293 Standard Test Method for Flexural Strength of Co ncrete (Using Simple Beam with Center-Point Loading) ASTM C309 Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete ASTM C494 Standard Specification for Chemical Admixtures for Concrete ASTM C579 Standard Test Methods for Compressive Strength of Chemical Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C580 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C806 Standard Te st Method for Restrained Expansion of Expansive Cement Mortar Cast-In-Place Concrete 03 30 00-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 ASTM C827 Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures ASTM C845 Standard Specification for Expansive Hydraulic Cement ASTM C878 Standard Test Method for Restrained Expansion of Shrinkage Compensating Concrete ASTM C881 Standard Specification for Epoxy Resin Base Bonding Systems for Concrete ASTM C1240 Standard Specification for Silica Fume used in Cementitious Mixtures ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D746 Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact ASTM D994 Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2240 Standard Test Method for Rubber Property Durometer Hardness ASTM D6690-07 Standard Specification for Joint and Crack Sealant, Hot Applied, for Concrete and Asphalt Pavements ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials 2. American Concrete Institute (ACI) Standards: ACI 211.1 Standard Practice for Selecting Proportions for Normal, Heavy -weight, and Mass Concrete ACI 214 Recommended Practice for Evaluation of Strength Test Results ACI 223 Standard Practice for Use of Shrinkage Compensating Concrete ACI 301 Specification for Structural Concrete for Buildings ACI 304 Guide for Measuring, Mixing, Transporting & Placing Concrete ACI 304.2R Placing Concrete by Pumping Methods ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308 Standard Practice for Curing Concrete ACI 309 Guide for Consolidation of Concrete ACI 318 Building Code Requirements for Reinforced Concrete 3. Corps of Engineers, Department of the Army Specification: CRD C621 83 Corps of Engineers Specification for Non-Shrink Grout Cast-In-Place Concrete 03 30 00-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 4. Federal Specification: TT S 00227E Type II, Class A or B, Expansion Joint Sealant 2.00 PRODUCTS MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 4. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. CONCRETE MATERIALS A. Cementitious Material; General: If the fine and/or coarse aggregates test “Potentially Reactive”, in accordance with ASTM C289, then a low alkali cementitious material shall be used. A low alkali cementitious material shall be such that, the total alkali content calculated as the percentage of sodium oxide (Na2O) plus 0.658 times the percentage of potassium oxide (K2O) shall not exceed 0.6 percent of the total cementitious material content. B. Cement; Type: 1. Type II or I/II Portland cement, conforming to ASTM C150; used for all concrete, unless noted otherwise. C. Fly Ash/Pozzolans: Conforming to ASTM C618, Class F fly ash; used in all classes of concrete. A supplier’s certificate of the analysis and composition of the fly ash shall be supplied. D. Coarse Aggregate: 1. Crushed stone or gravel conforming to ASTM C33, in the gradation size specified. 2. For gradation size number 467, a maximum aggregate size of 1-1/2 inches is: Sieve Size Percent Retained Percent Passing 2” 0 100 1-1/2” 0-5 95-100 3/4” 30-65 35-70 3/8” 70-90 10-30 Cast-In-Place Concrete 03 30 00-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 Sieve Size Percent Retained Percent Passing No. 4 95-100 0-5 3. For gradation size number 57, the maximum aggregate size of 1 inch is: Sieve Size Percent Retained Percent Passing 1-1/2” 0 100 1” 0-5 95-100 1/2” 40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 4. For gradation size number 67, the maximum aggregate size of 3/4 inch is: Sieve Size Percent Retained Percent Passing 1” 0 100 3/4” 0-10 90-100 3/8” 45-80 20-55 No. 4 90-100 10-10 No. 8 90-100 0-5 5. For gradation size number 8, the maximum aggregate size of 3/8 inch is: Sieve Size Percent Retained Percent Passing 1” 0 100 3/8” 0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 E. Fine Aggregate: 1. Washed and screened natural sands or sands manufactured by crushing stones; conforming to ASTM C33. The gradation in ASTM C33 for air entrained concrete is: Sieve Size Percent Retained Percent Passing 3/8” 0 100 #4 0-5 95-100 #8 0-20 80-100 #16 15-50 50-85 #30 40-75 25-60 #50 70-90 10-30 Cast-In-Place Concrete 03 30 00-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Fine aggregate shall have not more than 45 percent retained between any two consecutive sieves. Its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. F. Water: Potable and complying with ASTM C94. ADMIXTURES A. Air Entraining Admixture: Conforming to ASTM C260. B. Water Reducing Admixtures: Conforming to ASTM C494; Types “A” or “D” only; accurately measured and added to the mix according to the manufacturer’s recommendations. C. Set Retarding Admixtures: Conforming to ASTM C494; Types “B” and “D” only; accurately measured and added to the mix in according to the manufacturer’s recommendations. D. Water Reducing Admixtures - High Range (HRWR): High Range Water Reducer shall comply with ASTM C494, Type F or G. HRWR shall be accurately measured in accordance with the manufacturer’s recommendations. HRWR shall be added to the concrete mix at the concrete batch plant. HRWR may not be added at placement site except to redose a batch and only after approval of the HRWR manufacturer. The high range water reducing admixture shall be able to maintain the plasticity range without significant loss of slump or rise in concrete temperature for 2 hours. Other admixtures may only be used with the HRWR if approved by the HRWR manufacturer. A representative of the HRWR manufacturer shall be present during any large placement, placement of slabs, or during times of unusual circumstance which may require changes to the product formulation. 1. Manufacturers: a. Master Builders, Inc. b. W. R. Grace & Co. c. Sika Corporation. E. Silica Fume: 1. Silica fume mineral admixture shall be Rheomac SF100 as manufactured by Master Builders, Inc., Cleveland, Ohio, or Force 10,000 by Grace Construction Products. The silica fume manufacturer shall provide a certificate of quality stating that the silica fume meets the chemical and physical requirements of ASTM C1240. 2. Silica fume shall come from the same source throughout the Project. Silica fumes shall be added to the mix at a rate of 10 percent of cement content. High range water reducing admixture must be used with silica fume. In addition, normal water reducing agents may be required prior to addition of HRWR to facilitate proper mixing, placing, and consolidation of concrete. WATERSTOPS A. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. Unless indicated otherwise, provide the following configurations. Cast-In-Place Concrete 03 30 00-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Construction Joints: a. Profile: Ribbed without center bulb. b. Width: 6 inches. c. Minimum thickness: 3/8 inch. 2. Expansion Joint: a. Profile: Ribbed with center bulb. b. Width: 9 inches. c. Minimum thickness: 3/8 inch. B. Manufacturers: 1. PVC Waterstops: a. Greenstreak. b. Meadows: W. R. Meadows, Inc. c. Murphy: Paul Murphy Plastics Co. d. Progress Unlimited Inc. e. Sternson Group. f. Tamms Industries Co.; Div. of LaPorte Construction Chemicals North America, Inc. g. Vinylex Corporation. h. Westec Barrier Technologies; Div. of Western Textile Products, Inc. C. Self-Expanding Strip Waterstops (Hydrophilic): Self-expanding strip waterstops shall be used only where specifically indicated. Manufactured rectangular or trapezoidal strip, sodium bentonite or other hydrophylic material for adhesive bonding to concrete. 1. Products: a. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc. b. Adeka Ultra Seal; Mitsubishi International Corporation. VAPOR RETARDERS A. Plastic Vapor Retarder: ASTM E1745, Class A. Include manufacturer’s recommended adhesive or pressure-sensitive tape. 1. Available Products: a. Fortifiber Corporation; Moistop Ultra A. b. Raven Industries Inc.; Vapor Block 15. c. Reef Industries, Inc.; Griffolyn Type-105. d. Stego Wrap (15-mil) Vapor Barrier; STEGO INDUSTRIES LLC. Cast-In-Place Concrete 03 30 00-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 CURING MATERIALS A. Sheet Curing Material: Conforming to ASTM C171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap - polyethylene film. B. Membrane Curing Compounds: Membrane curing compound conforming to ASTM C309; having a color to indicate coverage when applied; non-staining; applied according to the manufacturer’s recommendations. No curing compound shall be used on walls which are to receive a plaster mix finish. When tested according to ASTM C156, the curing compound shall provide a film which has retained, within the specimen, the following percentages of moisture present when the curing compound was applied: 1. At least 97 percent at the end 24 hours. 2. At least 95 percent at the end of 3 days. 3. At least 91 percent at the end of 7 days. C. Concrete Curing and Sealing Compound: 1. Where a sealer is necessary, use a concrete curing and sealing compound. Application of this product shall be in accordance with the manufacturer’s recommendations. 2. MasterKure HD 200 WB by BASF The Chemical Company. D. Finishing Aid: Spraying material designed to form a monomolecular film on fresh concrete that reduces the rate of evaporation of surface moisture prior to finishing; conforming to Confilm, as manufactured by Master Builders, Inc. This material is not a curing compound. Concrete must be cured as specified. RELATED MATERIALS A. Joint Materials for Water-Retaining Structures: 1. Pre-molded, resilient, non-bituminous expansion joint filler conforming to ASTM D1752, Type “II”, in the thickness specified. 2. Joint sealer conforming to ASTM D6690. 3. Expansion joint sealant for non-potable water shall be a two-component, non-sag, polysulfide-base, elastomeric sealing compound. The material shall conform to Federal Specification TT S 00227E, Type “II”, Class B; installed according to the manufacturer’s recommendations. Backing material for sealant shall be a rod of a diameter and composition recommended by the sealant manufacturer. 4. Expansion joint sealant for potable water shall be a two-component, non-sag, polysulfide sealant containing no lead or mercury; conforming to Fed. Spec. TT S 00227E, Type “II”, Class A; applied according to the manufacturer’s specifications. Backing material for sealant shall be a rod of a diameter and composition recommended by the sealant manufacturer. Cast-In-Place Concrete 03 30 00-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 5. Where surface is to receive a swept in grout topping, a 3-inch wide, 1-mil polyethylene strip shall be placed above the joint sealant and held in place with 1-inch wide polyethylene tape spaced at 12-inch centers (maximum). B. Joint Materials for Non-Water-Retaining Structures: Bituminous-type, preformed, expansion joint filler; conforming to ASTM D994. C. Bonding Agents: Install according to the manufacturer’s recommendations and written instructions. D. Non-Shrink Grout: 1. General: Non-shrink grout for grouting of pump, motor, and equipment baseplates or bedplates, column baseplates, other miscellaneous baseplates, piping block outs and other uses of grout. Grout shall meet the following requirements, as verified by independent laboratory tests: a. No shrinkage from the time of placement, or expansion after set, under ASTM C827 and CRD C621 83 (Corps of Engineers). When non shrink grouts are tested under CRD C621 83, the grout shall be tested in a fluid state. A fluid state shall be defined as flowing through a flow cone at a rate of 20 seconds, plus or minus 5 seconds. b. An initial set time of not less than 45 minutes under ASTM C191. 2. Non Shrink Non Metallic Grout: Pre mixed, non-staining, non-shrink grout; minimum 28-day compressive strength of 5000 psi. a. Do not use for vibrating equipment. b. Products: 1). Masterflow 713 Plus by BASF The Chemical Company. 2). Five Star Grout by Five Star Products, Inc. 3). SikaGrout 212 by Sika Corporation. 3. Non Shrink Epoxy Structural Grouts: Furnished in two components from the factory and mixed on the Site; conforming to ASTM C579, ASTM C580, and ASTM C827; chemical resistant, water resistant and a minimum 7-day compressive strength of 12,000 psi. a. Use for vibrating equipment. b. Products: 1). Sikadur 42, Grout-Pak by Sika Corporation. 2). Five Star HP Epoxy Grout by Five Star Products, Inc. 3). Masterflow 648 CP by BASF The Chemical Company. E. Foundation Waterproofing: Thoroseal Foundation Coating as manufactured by Thoro Systems Products. Foundation coating shall be used only on the exterior of concrete walls not exposed to view where indicated on the Drawings. F. Zinc Rich Primer: Aluminum surfaces which contact or are embedded in concrete shall be coated with zinc rich primer. Primer shall be Tneme-Zinc. Cast-In-Place Concrete 03 30 00-T - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 REPAIR MATERIALS A. Structural Concrete Repair Material: Non-shrink, non-slump, non-metallic, quick setting patching mortar; as approved by the manufacturer for each application and applied accordance with the manufacturer’s recommendations. 1. Products: a. Sikatop 123 by Sika Corporation. b. Five Star Structural Concrete by Five Star Products, Inc. CONCRETE MIXTURES A. Design Criteria: 1. Provide a mix design for each concrete application indicated. This may necessitate multiple mix designs for each class of concrete depending on HRWR, entrained air, and other requirements. 2. All Concrete shall be normal weight concrete composed of Portland cement, fine aggregate, coarse aggregate, admixtures, and water, as specified. 3. ACI 211.1 shall be the basis for selecting the proportions for concrete made with aggregates of normal and high density and of workability suitable for usual cast in place structures. 4. The workability of any mix shall be as required for the specific placing conditions and the method of placement. The concrete shall have the ability to be worked readily into corners and around reinforcing steel without the segregation of materials or the collection of free water on the surface. Compliance with specified slump limitations shall not necessarily designate a satisfactory mix. 5. In no case shall the amount of coarse material produce harshness in placing or honeycombing in the structure, when forms are removed. 6. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 7. In calculating water-cement ratio: The water content shall include the amount of water batched or to be added later, plus the free water in the aggregate, and minus the water content at SSD conditions. 8. No allowance shall be made for the evaporation of water after batching. If additional water is required to obtain the desired slump, a compensating amount of cement shall also be added. In no case shall the maximum water cement ratio exceed the specified maximum or that of the approved mix design. 9. Air Entrainment: Provide the percent air entrainment in each concrete mix design as recommended by ACI 318 and ACI 350 for “Moderate Exposure” (Class F1), unless otherwise specified/restricted: a. Do not provide air-entrainment in drilled shafts unless placed underwater. Cast-In-Place Concrete 03 30 00-T - 12 Whitecap WWTP UV Disinfection System Upgrade – E10179 b. Do not provide air-entrainment and entrapped air shall not exceed 3 percent for the following applications: 1). Interior slabs. 2). Slabs on composite metal decks. 10. When job conditions dictate, water-reducing and set-controlling admixtures may be used. Only specified admixtures shall be used. Admixtures shall be batched at the batch plant. 11. High Range Water Reducer (HRWR): Provide HRWR in mix designs as indicated for specified applications. Slump of concrete with the addition of HRWR may be increased to 8 inches (+/- 1 inch). a. Drilled shafts, footings, walls, columns, and beams. b. Interior of building curbs which are not cast monolithically with slabs. c. Precast concrete. d. Do not provide HRWR in slabs and pavement (a water reducer is permitted provided performance requirements are met). 12. If fly ash is to be used in place of cement, no more than 25 percent of the cement may be replaced. 13. Use silica fume where indicated on the Drawings. A separate mix design for silica fume concrete shall be made and approved prior to placement of any silica fume concrete. The trial mix shall be in accordance with this Section and in accordance with the silica fume manufacturer. Silica fume concrete shall have high range water reducing admixture and air-entraining admixture in the mix. In addition, normal water-reducing admixtures may be required prior to addition of HRWR to facilitate proper mixing, placing, and consolidation of concrete. No reduction in cement content shall be allowed. The amount of silica fume in the mix may be added to the cement when determining the water-cement ratio. The original water to cementitious material ratio shall not be exceeded. 14. Concrete shall be capable of developing two-thirds of the required 28-day compressive strength in 7 days. B. Concrete Classifications: Class Min. 28-Day Compressive Strength (psi) Max. Size Aggregate (inches) Max. Water: Cement Ratio Slump +/- 1 (inches) Min. Sacks of Cement Per Cubic Yard ** A 4000 1.5 Size No. 467 0.45 3 (8*) 5.75 B 3000 1.5 Size No. 467 0.47 3 5.75 C 4000 1.0 Size No. 57 0.45 4 (8*) 5.75 Cast-In-Place Concrete 03 30 00-T - 13 Whitecap WWTP UV Disinfection System Upgrade – E10179 Class Min. 28-Day Compressive Strength (psi) Max. Size Aggregate (inches) Max. Water: Cement Ratio Slump +/- 1 (inches) Min. Sacks of Cement Per Cubic Yard ** D 5000 0.75 Size No. 67 0.47 4 6.00 E 1500 1.5 Size No. 467 0.70 4 4.00 F 4000 0.375 Size No. 8 0.47 3 6.50 * Slump shown is with HRWR ** Provide one additional sack of cement per cubic yard if concrete must be deposited in standing water. C. Concrete Usage: Class Usage Class A Use Footings and slabs, and other unless noted otherwise Class B Use Pavement, gutters, and sidewalks Class C Use Walls, columns, beams, drilled shafts Class D Use Precast concrete and precast panels Class E Use Cradling, Blocking, mud slab, lean concrete backfill Class F Use Stair Pans and Landings, interior building curbs. D. Required Average Compressive Strength: 1. All concrete is required to have an average compressive strength greater than the specified strength. The required average compressive strength shall be established according to the requirements of ACI 301, 4.2.3.3. 2. Standard Deviation: If the production facility has records of field tests performed within the past 12 months and spanning a period of not less than 60 calendar days for a class of concrete within 1000 psi of that specified for the Work, calculate a standard deviation and establish the required average strength fcr’ in accordance with ACI 301, 4.2.3.2 and 4.2.3.3.a. If field test records are not available, select the required average strength from ACI 301, Table 4.2.3.3.b. E. Documentation of Required Average Compressive Strength: 1. Documentation indicating the proposed concrete proportions will produce an average compressive strength equal to or greater than the required average compressive strength, shall consist of field strength records or trial mixture. 2. Field Strength Records: Document field strength records according to ACI 301, 4.2.3.4.a and including the following: a. Field test data shall not be older than 1 year. b. If field test data are available and represent a single group of at least 10 consecutive strength tests for one mixture, using the Cast-In-Place Concrete 03 30 00-T - 14 Whitecap WWTP UV Disinfection System Upgrade – E10179 same materials, under the same conditions, and encompassing a period of not less than 60 days, verify that the average of the field test results equals or exceeds fcr’ . Submit for acceptance the mixture proportions along with the field test data. c. If the field test data represent two groups of compressive strength tests for two mixtures, plot the average strength of each group versus the water-cementitious materials ratio of the corresponding mixture proportions and interpolate between them to establish the required mixture proportions for fcr’. 3. Trial Mixtures: a. Establish trial mixture proportions according to ACI 301, 4.2.3.4.b and including the following. 1). Make at least three trial mixtures complying with performance and design requirements. Each trial mixture shall have a different cementitious material content. Select water-cementitious materials ratios that will produce a range of compressive strengths encompassing the required average compressive strength fcr’. 2). Submit a plot of a curve showing the relationship between water-cementitious materials ratio and compressive strength. 3). Establish mixture proportions so that the maximum water-cementitious materials ratio is not exceeded when the slump is at the maximum specified. b. Laboratory Samples shall be taken in accordance with the trial mix designs for laboratory testing purposes. c. The fresh concrete shall be tested for Slump (ASTM C143) and Air Content (ASTM C173 and ASTM C231). Strength test specimens shall be made, cured and tested for 7-day and 28-day strength in accordance with ASTM C192, ASTM C39, and ASTM C293. d. Suitable facilities shall be provided for readily obtaining representative Samples of aggregate from each of the weigh batchers for test purposes and for obtaining representative Samples of concrete for uniformity tests. The necessary platforms, tools, and equipment for obtaining Samples shall be furnished. Aggregates shall be tested in accordance with ASTM C289. e. The cement contents specified are minimum values. If additional quantities are required to obtain the specified strengths, supply the cement at no additional cost to the Owner. f. A trial mix shall be designed by an independent testing laboratory, retained and paid by the Contractor and approved by the Owner. The testing laboratory shall submit verification that the materials and proportions of the trial concrete mix design meet the requirements of the Specifications. Cast-In-Place Concrete 03 30 00-T - 15 Whitecap WWTP UV Disinfection System Upgrade – E10179 g. From these trial mix tests, the ratios between 7-day and 28-day strengths shall be established. The 7-day strength which corresponds to the required 28-day strength shall be determined. h. The final results of the trial mix design shall be submitted to the Engineer at least 10 days prior to the scheduled beginning of concrete placement and shall be approved by the Engineer prior to the placement of any concrete. 4. Revisions to concrete mixtures: a. When less than 15 compressive strength tests results for a given class of concrete are available from the current Project: 1). If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a). A 7-day compressive strength test result multiplied by 1.5 falls below the required 28-day compressive strength. b). A 28-day compressive strength test result is deemed not satisfactory. b. When at least 15 compressive strength test results for a given class of concrete become available from the current Project: 1). Calculate the actual average compressive strength, standard deviation and required average compressive strength using the previous 15 consecutive strength tests. Submit results in graphical form with each 28-day test result for that class of concrete. 2). If any of the following criteria are met, take immediate steps to increase average compressive strength of the concrete. a). A 7-day compressive strength test result multiplied by the average job-to- date ratio of 7-day to 28-day compressive strength falls below the required 28-day compressive strength. b). A 28-day compressive strength test result is deemed not satisfactory. c). The average compressive strength falls below the required average compressive strength. c. When revisions to the mix design are required, notify the Engineer in writing of the corrective actions taken. OFF-SITE BATCH PLANT A. Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. CONCRETE MIXING A. Mixers may be stationary, truck, or paving mixers of approved design. They shall be capable of combining the materials into a uniform mixture and of discharging without mixture segregation. Stationary and paving mixers shall be provided with an acceptable device to Cast-In-Place Concrete 03 30 00-T - 16 Whitecap WWTP UV Disinfection System Upgrade – E10179 lock the discharge mechanism until the required mixing time has elapsed. The mixers or mixing plant shall include a device for automatically counting the total number of batches of concrete mixed. The mixers shall be operated at the drum or mixing blade speed designated by the manufacturer on the name plate. B. The mixing time for stationary mixers shall be based upon the mixer’s ability to produce uniform concrete throughout the batch and from batch to batch. For guidance purposes, the manufacturer’s recommendations, or 1 minute for 1 cubic yard plus 1/4 minute for each additional cubic yard may be used. Final mixing time shall be based on mixer performance. Mixers shall not be charged in excess of the capacity specified by the manufacturer. C. When a stationary mixer is used for partial mixing of the concrete (shrink mixed), the stationary mixing time may be reduced to the minimum necessary to intermingle the ingredients (about 30 seconds). D. When a truck mixer is used, either for complete mixing (transit-mixed) or to finish the partial mixing in a stationary mixer and in the absence of uniformity test data, each batch of concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum, at the rate of rotation designated by the manufacturer of the equipment as mixing speed. If the batch is at least 1/2 cubic yard less than the rated capacity, in the absence of uniformity test data, the number of revolutions at mixing speed may be reduced to no less than 50. Additional mixing shall be performed at the speed designated by the manufacturer of the equipment as agitating speed. When necessary for proper control of the concrete, mixing of transit-mixed concrete shall not be permitted until the truck mixer is at the Site of the concrete placement. Truck mixers shall be equipped with accurate revolution counters. E. Paving mixers may be either single compartment drum or multiple compartment drum type. A sled or box of suitable size shall be attached to the mixer under the bucket to catch any concrete spillage that may occur when the mixer is discharging concrete into the bucket. Multiple compartment drum paving mixers shall be properly synchronized. The mixing time shall be determined by time required to transfer the concrete between compartments of the drum. F. Vehicles used in transporting materials from the batching plant to the paving mixers shall have bodies or compartments of adequate capacity to carry the materials and to deliver each batch, separated and intact, to the mixer. Cement shall be transported from the batching plant to the mixers in separate compartments which are equipped with windproof and rain proof covers. 3.00 EXECUTION PREPARATION A. Notify the Owner’s representative upon completion of various portions of the work required for placing concrete, so that inspection may be made as early as possible. Keep the Owner’s representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor’s concreting materials and equipment shall be in compliance with the Contract Documents before proceeding. Cast-In-Place Concrete 03 30 00-T - 17 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Do not place any concrete until formwork and the placing reinforcement in that unit is complete. Place no concrete before the completion of all adjacent operations which might prove detrimental to the concrete. D. Brilliantly light the Site so that all operations are plainly visible when concrete mixing, placing, and finishing, continues after daylight. Whenever possible, concrete finishing shall be completed in daylight hours. E. When placing concrete, the forms shall be clean and entirely free from all chips, dirt, sawdust and other extraneous matter. Forms for slab, beam and girder construction shall not have tie wire cuttings, nails, or any other matter which would mar the appearance of the finished construction. Clean forms and keep them free of any foreign matter during concrete placing. F. The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the time limits specified shall not be used. Concrete shall not be re- tempered. G. Concrete shall not be placed if impending weather conditions would impair the quality of the finished Work. H. Unless otherwise provided, the following requirements shall govern the time sequence on which construction operations shall be carried. 1. Forms for walls or columns shall not be erected on concrete footings until the concrete in the footing has cured for at least 2 curing days. Concrete may be placed in a wall or column as soon as the forms and reinforcing steel placements are approved. 2. Steel beams or forms and falsework for superstructures shall not be erected on concrete substructures until the substructure concrete has cured for at least 4 curing days. Falsework required for superstructures shall not be erected until the substructure has cured for 4 curing days, and shall not be removed until the superstructure has cured. EMBEDDED ITEMS A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, paint aluminum contact surfaces with zinc rich primer. Allow the paint to thoroughly dry before placing the aluminum in contact with the concrete. B. Paint steel or other ferrous metal to be mounted on or placed in contact with dry/cured concrete, and coat in accordance with Section 09 96 00.01 “High-Performance Coatings” prior to installation. VAPOR RETARDERS A. Place, protect, and repair vapor-retarder sheets according to ASTM E1643 and manufacturer’s written instructions. B. Granular fill below the vapor retarder shall be smoothed and free of protrusions that might damage or rupture the polyethylene film. Completely cover porous fill with film. Lap film not less than six inches at all joints, with the top placed in the direction of concrete spreading. Use pressure-sensitive tape at all laps of vapor barrier. Lap reinforcement directly over film before placing concrete, taking precautions to prevent film punctures. Cast-In-Place Concrete 03 30 00-T - 18 Whitecap WWTP UV Disinfection System Upgrade – E10179 Carefully cut film around pipes and wiring outlets, and then apply pressure sensitive tape around these protrusions to insure maximum barrier effectiveness. JOINTS A. Expansion Joints and Devices: 1. Workmanship: Exercise careful workmanship in joint construction to separate the concrete sections by an open joint or by the joint materials, and make the joints true to the outline indicated. 2. Expansion Joints: Construct expansion joints and devices to provide expansion and contraction. Construct joints which are to be left open or filled with poured joint material with forms which are adaptable for loosening or early removal. In order to avoid jamming by the expansion action of the concrete and the consequent likelihood of injuring adjacent concrete, remove or loosen these forms as soon as possible after the concrete has initially set. Make provisions for loosening the forms to permit free concrete expansion without requiring full removal. 3. Armored Joints: Carefully construct armored joints to avoid defective anchorage of the steel and porous or honeycombed concrete adjacent to same. Anchor pre-molded materials to the concrete on one side of the joint with approved adhesive. Anchor so that the material does not fall out of the joint. B. Construction Joints: 1. Construction joints are formed by placing plastic concrete in direct contact with concrete which has attained its initial set. When concrete is specified as monolithic, the term shall be interpreted as the manner and sequence of concrete placement so that construction joints do not occur. a. Unless noted otherwise, the maximum horizontal spacing of construction joints shall be 40 feet. b. For slabs on grade, the maximum spacing between two construction joints or between a construction joint and a control joint shall be 15 feet, unless noted otherwise. c. Unless noted otherwise or approved by the Engineer, the maximum vertical spacing of construction joints shall be 15 feet. If not detailed on the Drawings, construction joint details and locations shall be submitted to the Engineer for approval. 2. Additional horizontal and vertical construction joints, when submitted and approved by the Engineer, may have an impact on reinforcing details. Revise reinforcing details to reflect additional joints. 3. Unless otherwise provided, construction joints shall be square and normal to the forms. Provide bulkheads in the forms for all joints except horizontal joints. 4. At the proper time, clean horizontal construction joints for receiving the succeeding lift using air water cutting. The surface shall be exposed sound, clean aggregate. The air pressure supply to the jet shall be approximately 100 lb. per square inch, and the water Cast-In-Place Concrete 03 30 00-T - 19 Whitecap WWTP UV Disinfection System Upgrade – E10179 pressure sufficient to bring the water into effective influence of the air pressure. After cutting, wash the surface until there is no trace of cloudiness in the wash water. 5. In areas where air water cutting cannot be satisfactorily accomplished, or in areas where it is undesirable to disturb the surface of the concrete before it has hardened, prepare the surface for receiving the next lift by wet sand blasting to immediately remove all laitance and unsound concrete prior to placing of the next lift. Thoroughly wash the surface of the concrete after sand blasting to remove all loose material. 6. Provide construction joints with concrete keyways, reinforcing steel dowels, and waterstops. The method of forming keys in keyed joints shall permit the easy removal of forms without chipping, breaking, or damaging the concrete. C. Existing Hardened Concrete: Where new concrete or grout is to be placed in contact with existing hardened concrete, texture the existing surface by chipping or other means so that an irregular surface having a height variance of not less than 1/4 inch is created. The existing concrete shall then be coated with a bonding agent and new concrete or grout placed. WATERSTOPS A. PVC Waterstops: Install in construction joints as indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of Work. 1. At formed surfaces, a split form shall be used. The split form shall have a tight fit which prevents misalignment and concrete leakage. 2. The embedded flange of the waterstop must be secured prior to concrete placement. The flange shall be secured at 12 inches on-center by factory installed hog rings or grommets at the outermost rib. Never place nails or screws through the body of the waterstop. 3. All fittings and changes in direction shall be factory fabricated. Only straight butt splices shall be made in the field. Field splices shall be according to the manufacturer’s written instructions and as follows: a. Cut adjoining ends square to form matching edges. b. Uniformly melt the ends at 380 F using a thermostatically controlled, Teflon coated splicing iron. c. When a 1/8-inch diameter melt bead develops on each waterstop end, remove the splicing iron and firmly press the two ends together in proper alignment. Hold until the material has fused and cooled. Allow the splice to cool naturally; do not quench. B. Self-Expanding Strip Waterstops: 1. Install in construction joints and at other locations indicated, according to manufacturer’s written instructions, bonding or mechanically fastening and firmly pressing into place. Cast-In-Place Concrete 03 30 00-T - 20 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. Waterstop shall be bonded to the substrate using a continuous bead of ADEKA Ultra Seal P-201. 2. Install in longest lengths practicable. C. Steel Waterstops: 1. Splices shall be factory made, where possible. Splices shall be water-tight, with ends of joined pieces in true alignment. 2. Install waterstops to form a continuous watertight diaphragm in each joint. 3. Correctly position waterstops in the forms and adequately support forms to prevent movement or disturbance during the placing of concrete. CONCRETE PLACEMENT A. Cold Weather: 1. If air temperature has fallen to, or is expected to fall below 40 F during the protection period (a minimum of 48 hours unless longer time frame is recommended by ACI 306R), then cold weather concreting shall be performed in accordance with ACI 306R. 2. In cases where the temperature drops below 40 F after the concreting operations have been started, sufficient canvas and framework or other type of housing shall be furnished to enclose and protect the structure, in accordance with the requirements of ACI 306R. Sufficient heating apparatus to provide heat shall be supplied, and heating source and protection from combustion gas shall be in accordance with ACI 306R. The concrete shall be protected when placed under all weather conditions. Should concrete placed under such conditions prove unsatisfactory, remove and replace the concrete at no cost to the Owner. 3. When the air temperature is above 30 F: a. The minimum concrete temperature at the time of mixing shall be 60 F unless other requirements of ACI 306R are met, which may allow for a lower mix temperature. b. The minimum concrete temperature at the time of placement and during the protection period shall be 55 F unless other requirements of ACI 306R are met, which may allow for a lower temperature. 4. The means used to heat a concrete mix shall be in accordance with ACI 306R. 5. Salts, chemicals, or other foreign materials shall not be mixed with the concrete to preventing freezing. Calcium chloride is not permitted. B. Hot Weather: 1. Hot weather is defined as any combination of high air temperature, low relative humidity and wind velocity that impairs the quality of the concrete. Hot weather concreting shall be in accordance with ACI 305R. Concrete shall be placed in the forms without the addition of any more water than that required by the design (slump). No excess water shall be added on the concrete surface for finishing. Control of initial set Cast-In-Place Concrete 03 30 00-T - 21 Whitecap WWTP UV Disinfection System Upgrade – E10179 of the concrete and extending the time for finishing operations may be accomplished with the use of approved water reducing and set retarding admixture, as specified. 2. Maximum time intervals between the addition of mixing water and/or cement to the batch, and the placing of concrete in the forms shall not exceed the following (excluding HRWR admixture use): Concrete Temperature Maximum time From Water Batch to Placement Non-Agitated Concrete Up to 80 F 30 Minutes Over 80 F 15 Minutes Agitated Concrete Up to 75 F 90 Minutes 75 F to 89 F 60 Minutes a. The use of an approved set-retarding admixture will permit the extension of the above time maximums by 30 minutes, for agitated concrete only. b. The use of an approved high range water reducing (HRWR) admixture will allow placement time extensions as determined by the manufacturer. 3. The maximum temperature of concrete shall not exceed 90 F at the time the concrete is placed. The temperatures of the mixing water shall be reduced by the use of chilled water or ice. 4. The maximum temperature of concrete with high range water reducing admixture shall not exceed 100 F at the time concrete is placed. 5. Under extreme heat, wind, or humidity conditions, concreting operations may be suspended if the quality of the concrete being placed is not acceptable. C. Handling and Transporting: 1. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94, Section 16. Each delivery ticket must show plainly the amount of water, in gallons that can be added to the mixer truck at the Site without exceeding the maximum water cement ratio approved for that mix design. Amount of water added must be in proportion to contents of truck. 2. Arrange and use chutes, troughs, or pipes as aids in placing concrete so that the ingredients of the concrete are not segregated. They shall be steel or steel lined. When steep slopes are necessary, equip the chutes with baffles or make in short lengths that reverse the direction of movement. Extend open troughs and chutes, if necessary, inside the forms or through holes left in the forms. Terminate the ends of these chutes in vertical downspouts. 3. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete by thoroughly flushing with water before and after placement. Discharge water used for flushing away from the concrete in place. Cast-In-Place Concrete 03 30 00-T - 22 Whitecap WWTP UV Disinfection System Upgrade – E10179 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 5. Carting or wheeling concrete batches on completed concrete floor slab shall not be permitted until the slab has aged at least 4 curing days. Unless pneumatic tired carts are used, wheel the carts on timber planking so that the loads and impact are distributed over the slab. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. D. Depositing: 1. The method and manner of placing shall prevent segregation or separation of the aggregate or the displacement of the reinforcement. Use drop chutes of rubber or metal when necessary. Prevent the spattering of forms or reinforcement bars if the spattered concrete dries or hardens before it is incorporated into the mass. 2. Fill each part of the forms by directly depositing concrete as near its final position as possible. Work the coarse aggregate back from the face and force the concrete under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms, then running or working it along the forms shall not be permitted. 3. After the concrete has taken initial set, the forms shall not be jarred. No force or load shall be placed upon projecting reinforcement. 4. Deposit the concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above, such as directly into an excavated area, or through the completed forms, particularly in walls, piers, columns, and similar structures. Drop chutes shall be made in sections or provided in several lengths so that the outlet may be adjusted to proper heights during placing. 5. Except for drilled shafts, concrete shall not be dropped free more than 10 feet when HRWR admixture is used or 5 feet without HRWR. Place in continuous horizontal layers with a depth of from 1 to 3 feet, depending upon the wall thickness. Each layer shall be soft when a new layer is placed upon it. No more than 1 hour shall elapse between the placing of successive concrete layers in any portion of the structures included in continuous placement. 6. Place required sections in one continuous operation to avoid additional construction joints. 7. If excessive bleeding causes water to form on the surface of the concrete in tall forms, make the mix dryer to reduce the bleeding. In tall walls, place the concrete to a point about 1 foot below the top of the wall and allow to settle for 1 to 2 hours. Resume and complete concreting before set occurs. 8. For slopes greater than two percent, start concrete placement at low end and proceed upslope. E. Consolidating: 1. Compact each layer of concrete and flush the mortar to the surface of the forms by continuous-working mechanical vibrators. Vibrators which operate by attachment to forms shall not be used. Apply the vibrator to the concrete immediately after deposit. Move vibrator throughout the layer of the newly placed concrete, several inches into Cast-In-Place Concrete 03 30 00-T - 23 Whitecap WWTP UV Disinfection System Upgrade – E10179 the plastic layer below. Thoroughly work the concrete around the reinforcement, embedded fixtures and into the corners and angles of the forms until it is well- compacted. 2. Mechanical vibrators shall not be operated so that they penetrate or disturb previously placed layers which are partially set or hardened. They shall not be used to aid the flow of concrete laterally. The vibration shall be of sufficient duration to completely compact and embed reinforcement and fixtures, but not to an extent causing segregation. 3. Keep vibrators constantly moving in the concrete and apply vertically at points uniformly spaced, not farther apart than the radius over which the vibrator is visibly effective. The vibrator shall not be held in one location longer than required to produce a liquified appearance on the surface. 4. When submerged in concrete, internal vibrators shall maintain a frequency of not less than 6000 impulses per minute for spuds with diameters greater than 5 inches and 10,000 impulses for smaller spuds. The vibration intensity (amplitude) shall be sufficient to produce satisfactory consolidation. 5. Provide one vibrator (powered pneumatically or electrically) for each 10 cubic yards of concrete per hour being placed. Provide at least one vibrator, which may be of the gasoline powered type, as a standby for each two vibrators in service. To produce satisfactory consolidation, and based upon the observed performance, the Owner’s representative may require the use of a larger sized and powered vibrator. 6. Check vibrators intended for regular service or standby service before beginning concreting operations. F. Placement in Water: 1. Deposit concrete in water only when dry conditions cannot be obtained. The forms, cofferdams, or caissons shall be sufficiently tight to prevent any water flowing through the space where concrete is to be deposited. Pumping of water shall not be permitted while the concrete is being placed, nor until it has set for at least 36 hours. 2. Carefully place the concrete compact mass using a tremie, closed bottom dumping bucket, or another approved method which does not permit the concrete to fall through the water without protection. The concrete shall not be disturbed after being deposited. Regulate depositing to maintain horizontal surfaces. 3. When a tremie is used, it shall consist of a tube constructed in sections having water- tight connections. The means of supporting the tremie shall permit the movement of the discharge end over the entire top surface of the work, and shall allow the tremie to be rapidly lowered to retard the flow. The number of times it is necessary to shift the location of the tremie shall be held to a minimum for any continuous placement of concrete. During the placing of concrete, keep the tremie tube full to the bottom of the hopper. When a batch is dumped into the hopper, slightly raise the tremie, but not out of the concrete at the bottom, until the batch discharges to the level of the bottom of the hopper. Stop the flow by lowering the tremie. Continue placing operations until the work is completed. 4. When concrete is placed by means of the bottom dump bucket, the bucket shall have a capacity of not less than 1/2 cubic yard. Lower the bucket gradually and carefully until it Cast-In-Place Concrete 03 30 00-T - 24 Whitecap WWTP UV Disinfection System Upgrade – E10179 rests upon the concrete already placed. Raise it very slowly during the discharge travel to maintain still water at the point of discharge and to avoid agitating the mixture. 5. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. G. Placement in Slabs: 1. Allow concrete in columns, walls and deep beams or girders to stand for at least 1 hour to permit full settlement from consolidation, before concrete is placed for slabs they are to support. Haunches are considered as part of the slab and shall be placed integrally with them. 2. When monolithic slabs are placed in strips, the widths of the strips, unless otherwise specified or indicated, shall insure that concrete in any one strip is not allowed to lie in place for more than 1 hour before the adjacent strips are placed. 3. Immediately before placing concrete, thoroughly dampen the earthen cushion to receive concrete to prevent moisture absorption from the concrete. 4. As soon as concrete placing is complete for a slab section of sufficient width to permit finishing operations, level the concrete, strike off, tamp and screed. The screed shall be of a design adaptable to the use intended, shall have provision for vertical adjustment and shall be sufficiently rigid to hold true to shape during use. 5. The initial strike off shall leave the concrete surface at an elevation slightly above grade so that, when consolidation and finishing operations are completed, the surface of the slab is at grade elevation. 6. Continue tamping and screeding operations until the concrete is properly consolidated and free of surface voids. Bring the surface to a smooth, true alignment using longitudinal screeding, floating, belting, and/or other methods. 7. When used, templates shall be of a design which permits early removal so satisfactory finishing at and adjacent to the template is achieved. 8. While the concrete is still plastic, straightedge the surface using a standard 10-foot metal straightedge. Lap each straightedge pass one-half of the preceding pass. Remove high spots and fill depressions with fresh concrete and re-float. Continue to check with a straightedge during the final finishing operation, until the surface is true to grade and free of depressions, high spots, voids, or rough spots. 9. Check the final surface with a straightedge. Ordinates measured from the face of the straightedge to the surface of the slab shall not exceed 1/16 inch per foot from the nearest point of contact. The maximum ordinate shall be 1/8 inch per 10 feet. 10. Unless noted otherwise, where floor drains or hub drains are shown in slabs of buildings, vaults, or treatment basin units and sloping the slab is not indicated, slope slab to drain on a grade of 1/16 inch per foot with a maximum total slope of 1-1/4 inches. The thickness of slab at floor or hub drain shall be the thickness of slab, as indicated on the Drawings. H. Placement in Foundations: Place concrete in deep foundations so that segregation of the aggregates or displacement of the reinforcement is avoided. Provide suitable chutes or Cast-In-Place Concrete 03 30 00-T - 25 Whitecap WWTP UV Disinfection System Upgrade – E10179 vertical pipes. When footings can be placed in dry foundation pits without the use of cofferdams or caissons, forms may be omitted and the entire excavation filled with concrete to the elevation of the top of footing. The placing of concrete bases above seal courses is permitted after the forms are free from water and the seal course cleaned. Execute necessary pumping or bailing during concreting from a suitable sump located outside the forms. FINISHING FORMED SURFACES A. Forms for walls, columns and sides of beams and girders shall be removed as specified in Section 03 11 00 “Concrete Forming.” Patch, repair, finish and clean concrete after form removal. Finish concrete within 7 days of form removal. Cure concrete as finishing progresses. B. Air voids, for all types of finishes, are defects and shall be removed by rubbing or patching. C. Finish Schedule: Type of Finish Location No Finish Surfaces which are not visible from the inside or outside of the completed structure or more than 12” below finish grade (i.e. back of retaining walls below embankment, etc.) Smooth Finish Surfaces exposed to view and areas below to a point 12” below grade D. No Finish: After forms are removed, repair or patch-tie holes and defects. Otherwise, no additional finish is required. E. Rough Finish: Surfaces for which rough finish is indicated or required shall have tie holes and defects larger than 1/4 inch in width or depth patched or repaired. Remove fins flush with the adjacent surface by rubbing or grinding and dress rough edges. Otherwise, leave surfaces with the texture imparted by the forms. F. Smooth Finish: Unless otherwise shown on the schedule above, provide smooth form finish for concrete surfaces to be exposed to view. Surfaces to receive a rubbed finish shall have a smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. The arrangement of the facing material shall be orderly and symmetrical with a minimum number of seams. Patch tie holes and defects and remove fins flush with the adjacent surface. G. Smooth Rubbed Finish: 1. Rub surfaces with fluted carborundum stone rubbing at the proper time in the concrete aging process. Rubbing shall remove form marks, surface imperfections, and otherwise smooth, shape, or finish the surface. Proceed with surface rubbings when the forms are removed. 2. After form removal, perform necessary pointing. When the pointing has set sufficiently to permit rubbing, wet surfaces requiring surface finish and rub surface with a No. 16 Carborundum Stone or an abrasive of equal quality. Bring the surface to a paste, to remove all form marks and projections, and to produce a smooth dense surface without pits or irregularities. Cast-In-Place Concrete 03 30 00-T - 26 Whitecap WWTP UV Disinfection System Upgrade – E10179 3. Carefully spread or uniformly brush the material ground to a paste over the surface and allow to take a reset. The use of cement or plaster to form a surface shall not be permitted. 4. Prepare a 4-by-8-foot panel for the Owner’s approval which shows how final finished surfaces will appear. This panel shall be used as a guide for judging the workmanship of surface finish. H. Plaster Mix Finish: 1. Do not apply plaster mix finish when temperature is 40 F or expected to drop below 40 F within 24 hours after application. 2. Areas to receive a plaster mix finish shall have smooth form finish. Application of the plaster mix shall be either by trowel and float or by spray gun. Surface texture finish shall be determined by the Owner. Areas designated to receive this finish shall receive a two coat application, as specified and in accordance with the manufacturer’s recommendations. Form treatments or curing compounds shall be removed on areas receiving a plaster mix finish. Removal of these treatments/compounds shall be in accordance with the manufacturer’s requirements for surface preparation. I. Light Sand Blast Finish: Surfaces to receive a light sand blast finish shall first receive a smooth rubbed finish. Blast the concrete surface with an abrasive (sand or grit) until the aggregate is in uniform relief. The depth of penetration shall be sufficient to remove only the surface mortar. Prepare a 4-by-8-foot panel for the Owner’s review. Subsequent sand blast finishing shall match the Sample panels. J. Medium Sand Blast Finish: Treat surfaces to receive a medium sand blast finish as specified for Light Sand Blast finish, except that the depth of penetration shall be sufficient to remove the surface mortar and expose the surface of some coarse aggregate. Prepare a 4-by-8-foot Sample panel. K. Form Liner Finish: Finish shall be as specified in Section 03 11 00 “Concrete Forming.” FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs, platforms and steps monolithically and apply as indicated on the Drawings and the following schedule of finishes: Type of Finish Location Rough Finish Tank floors that receive grout topping and slabs which receive additional concrete toppings. Scratch Finish Surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, Portland cement terrazzo, and other bonded cementitious floor finishes. Trowel Finish Slab surfaces exposed to view or to be covered with resilient flooring, carpet, and ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system. Trowel and Fine Broom Finish Surfaces where ceramic or quarry tile is to be installed by either thickset or thin-set method Cast-In-Place Concrete 03 30 00-T - 27 Whitecap WWTP UV Disinfection System Upgrade – E10179 Type of Finish Location Broom Finish Exterior concrete platforms, steps, and ramps. 1. Rough Finish: Provide a rough surface by screeding only without further finish. 2. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull-floated or darbied. Use stiff brushes, brooms, or rakes. 3. Float Finish: Finish surfaces using a float to a true, even plane with no coarse aggregate visible. In the initial floating, while the concrete is plastic, use sufficient pressure on the float to bring excess moisture to the surface for removal. Apply a final “light float” finish to the surface as the concrete hardens. The surface shall have a uniform granular texture and shall meet the straightness requirements. 4. Trowel Finish: a. After applying float finish, apply first trowel finish and consolidate concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. b. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: 1). 1/4 inch. 5. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. C. Give sidewalks a brush finish, unless noted otherwise. Score sidewalks at a spacing equal to the width of the walk and edge on each side using a tool with a radius of approximately 1/4 inch. D. Epoxy Broadcast Overlay System: Clean the surface and prepare for spraying, brushing or rolling with an epoxy compound. Immediately after applying the epoxy, broadcast the aggregate by hand or machine at 1.5 pounds per square yard. E. Floor Hardener: 1. Areas and application rates for the floor hardener shall be as indicated on the Drawings. 2. Contractor must obtain field technical assistance from the floor hardener manufacturer to insure the installation complies with the manufacturer’s recommendations and procedures. Sufficient notice must be given to the manufacturer’s representative for the Site visit. 3. Installation, finishing and curing of the concrete after the application of the floor hardener shall be in accordance with the manufacturer’s recommendations. Cast-In-Place Concrete 03 30 00-T - 28 Whitecap WWTP UV Disinfection System Upgrade – E10179 F. Finishing in Hot, Dry Weather: During periods of high temperature and/or low humidity, take extreme care in finishing the slabs to eliminate initial shrinkage cracks. Following the initial set of concrete, but while the concrete is still “green” continue to finish as required to remove shrinkage cracks which may occur. In hot, dry weather, keep a cement finisher on the job following normal finishing operations for a sufficient length of time to insure the removal of initial shrinkage cracks. MISCELLANEOUS CONCRETE ITEMS A. Normal Shrinkage Grouting: 1. Prior to grout application, thoroughly clean the surface of all foreign matter and wet down. Thoroughly clean the foundation and the forms set in place and securely anchor, with holes or cracks in forms caulked with rags, cotton waste or dry sand mixture to prevent the loss of grout. The necessary materials and tools shall be on hand before starting grouting operations. Concrete shall be damp when the grout is poured, but shall not have excess water to dilute the grout. 2. After wetting and just prior to grouting, sprinkle the surface lightly with cement to improve the bond between the grout and the surface. 3. After mixing, quickly and continuously place the grout to avoid overworking, segregation and breaking down of the initial set. Mix and place the grout according to the manufacturer’s recommendations. Cure grout using wet curing method for concrete. Grout shall receive a steel trowel finish. B. Non-Shrink Grout: 1. Obtain field technical assistance from the Grout manufacturer, as required, to insure that grout mixing and installation comply with the manufacturer’s recommendations and procedures. 2. Saturate the foundation for non-shrink grouts 24 hours before installation and clear of excess water. Free baseplates or bedplates of oil, grease, laitance and other foreign substances. 3. Place grout according to the manufacturer’s directions so that spaces and cavities below the top of the baseplates and bedplates are completely filled. Provide forms where structural components of the baseplates or bedplates do not confine the grout. Where necessary and acceptable under the manufacturer’s procedures, a round head pencil vibrator, 3/4-inch maximum diameter may be used to consolidate the grout. 4. Steel trowel finish the non-shrink grout where the edge of the grout is exposed to view and after the grout has reached its initial set. Cut off the exposed edges of the grout at a 45 degree angle to the baseplate, bedplate, member, or piece of equipment. 5. Wet curing should occur for at least 3 days, unless specified by manufacturer, with wet rags, wet burlap or polyethylene sheets. Keep cloths constantly wet for the curing cycle. 6. Clean and dry the foundation, baseplate or other surface of epoxy grouts prior to installation. Dry curing is acceptable for epoxy grouts. 7. Use epoxy non-shrink grout under all machinery, pumps, equipment, and where chemicals are present that would abate cementitious non-shrink grouts. Cast-In-Place Concrete 03 30 00-T - 29 Whitecap WWTP UV Disinfection System Upgrade – E10179 8. Mix, install, cure, and finish epoxy grouts according to the manufacturer’s recommendations. Install grout in recommended lifts to prevent excess heat. CONCRETE PROTECTION AND CURING A. General: Give careful attention to proper concrete curing. The curing methods shall be wet curing, sheet materials conforming to ASTM C171, or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces to which additional concrete, plaster mix mortar or terrazzo is to be applied. Unless the curing method is specified otherwise, select the appropriate curing method. B. Length of Curing Period: 1. A “curing day” shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 F for at least 18 hours. 2. Cure concrete for a period of 7 consecutive days. In cold weather, when curing may be retarded, extend this period to 7 “curing days”, up to a limit of 14 consecutive days. C. Wet Curing: 1. Immediately following the finishing operations, cover concrete slabs, including roof slabs, with wet cotton mats or with a temporary covering of canvas or burlap. Keep thoroughly wet for a period of 4 curing days after the concrete is placed. The covering shall be held in direct contact with the concrete. A temporary covering shall be required when the size of slab, size of mats, or other factors dictate that the mats cannot be placed immediately after the finishing operations without marring the finishing of the slab. 2. Water used for curing shall be free from injurious amounts of oil, acid, alkali, salt, or other deleterious substances. 3. Canvas or burlap covering material shall weigh not less than 12 ounces per square yard. Place the sections with a lap at the edges of at least 8 inches. Saturate cover material with water previous to placing. Keep saturated as long as it remains in place. Use care in the placing of the cover material to prevent marring the concrete surface. 4. When temporary coverings are used, keep them in place only until the slab has sufficiently hardened so that a cotton mat covering can be substituted without marring or disturbing the slab finish. Thoroughly saturate cotton mats before placing and keep the mats on the slab in a saturated condition for a period of at least 4 curing days. D. Sheet Curing: Sheet materials shall conform to ASTM C171. They shall be in contact with the entire concrete surface and applied according to the manufacturer’s recommendations. Patch all holes. Where pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing: 1. Membrane curing shall not be used on surfaces which receive paint, floor hardener, or plaster mix finish or other finish which would be hindered by the use of the curing compound. Cast-In-Place Concrete 03 30 00-T - 30 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Cover the surface of the concrete with a continuous, uniform, water-impermeable coating, conforming to ASTM C309 “Liquid Membrane Forming Compounds for Curing Concrete” and apply according to ACI 308. 3. Immediately after the removal of the side and end forms, apply a coating to the sides and ends of all concrete. Apply the solution under pressure with a spray nozzle so that the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage, but the area covered shall not exceed 150 square feet per gallon of curing compound. 4. The coating shall be sufficiently transparent and free of permanent color to not result in a pronounced color change from that of the natural concrete at the conclusion of the curing period. The coating shall, however, contain a dye of color strength to render the film distinctively visible on the concrete for a period of at least 4 hours after application. 5. After application and under normal conditions, the curing compound shall be dry to touch within 1 hour and shall dry thoroughly and completely within 4 hours. When thoroughly dry, it shall provide a continuous flexible membrane free from cracks or pinholes and shall not disintegrate, check, peel, or crack during the required curing period. 6. If the seal is broken during the curing period, immediately repair it with additional sealing solution. CONCRETE SURFACE REPAIRS A. After the tie rods are broken back or removed, thoroughly clean the holes to remove grease and loose particles. Patch holes with structural concrete repair material. After the holes are completely filled, strike off flush excess mortar and finish the surface to render the filled hole inconspicuous. B. If the surface of the concrete is bulged, uneven, or shows honeycombing or form marks, which in the Engineer’s opinion cannot be repaired satisfactorily, remove and replace the entire section. C. Patch honeycomb and minor defects in all concrete surfaces with structural concrete repair material. Cut back each defective area with a pneumatic chipping tool as deep as the defect extends, but in no case less than 1/2 inch. Prepare the existing concrete according to the recommendations of patching material manufacturer’s. Apply repair material according to the manufacturer’s recommendations. Finish the surface of the patches to match finish on surrounding concrete. FIELD QUALITY CONTROL A. Testing: 1. General: a. Tests shall be required throughout the Work to monitor the quality of concrete. Samples shall be taken in accordance with ASTM C172. b. The Engineer may waive these requirements on concrete placements of ten cubic yards or less. However, evidence shall Cast-In-Place Concrete 03 30 00-T - 31 Whitecap WWTP UV Disinfection System Upgrade – E10179 be furnished showing a design mix which meets the Specifications. c. Unless noted otherwise, testing of the materials, ready mix, transit mix or central plant concrete will be by an independent testing agency. The Owner will select and pay for this service. A summary of all tests performed will be available. No concrete shall be placed without a representative present at either the plant or at the Site. d. Unless the Owner’s laboratory is on the Site, provide housing for the curing and storage of test specimens and equipment. 2. Slump Test: Slump tests, in accordance with ASTM C143, shall be used to indicate the workability and consistency of the concrete mix from batch to batch. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in uniformity. 3. Air Content Test: Tests for the concrete’s air content shall be made in accordance with ASTM C231 or ASTM C173, at the point of delivery of concrete, prior to placing in forms. The test shall be made frequently to monitor a proper air content uniform from batch to batch. 4. Temperature Test: The temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket. Temperature test shall be performed for each truck. Record temperatures on batch ticket. 5. Compression Test: a. Compression test specimens shall be 6-by-12-inch concrete cylinders made and cured in accordance with ASTM C31. If the maximum aggregate size is no longer than 1 inch, 4-by-8-inch concrete cylinders are acceptable. No fewer than two 6-by-12- inch or three 4-by-8-inch specimens shall be made for each test Sample. Samples shall be taken at a minimum of every 50 cubic yards of concrete for each class placed. At least one set of test specimens per day shall be made for each class of concrete used that day. Specimens shall be cured under laboratory conditions specified in ASTM C31. Additional concrete cylinders may be required for curing on the job under actual job curing conditions. These Samples could be required when: 1). There is a possibility of the air temperature surrounding the concrete falling below 40 F, or rising above 90 F. 2). The curing procedure may need to be improved and/or lengthened. 3). It is necessary to determine when the structure may be put into service. b. Compression strength tests shall be made on the laboratory- cured and job-cured concrete cylinders at 7 and 28 days, in accordance with ASTM C39. The value of each test result shall be Cast-In-Place Concrete 03 30 00-T - 32 Whitecap WWTP UV Disinfection System Upgrade – E10179 the average compressive strength of all of the cylinders in the test Sample. All cylinders within a test Sample shall be taken at the same time from the same batch of concrete. For the 28-day cylinders, the strength level shall be satisfactory if the averages of all sets of three consecutive strength test results exceed the required design compressive strength, and no individual strength test result falls below the required compressive strength by more than 500 psi. 6. High Early Strength Concrete Test: When Type “III” High Early Strength Portland cement is used instead of Type “I” Portland cement, the minimum allowable 28-day strength for Type “I” Portland cement concrete shall be at 7 days. The ages at time of test for Type “III” shall be 3 days and 7 days, instead of 7 days and 28 days, respectively, for Type “I.” 7. Failure to Meet Requirements: a. Should the 7-day strengths shown by the test specimens fall below the required values, additional curing shall be performed on those portions of the structures represented by the test specimens at the Contractor’s expense. Test cores shall be obtained and tested in accordance with ASTM Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete, Designation C 42. If additional curing does not give the strength required, the Owner reserves the right to require strengthening, replacement of those substandard portions of the structure, or additional testing, at the Contractor’s expense. b. Upon receipt of the Contractor’s written request, substandard concrete work may be reexamined in place by nondestructive testing methods or core Samples, in accordance with ACI 301. The services of an independent testing laboratory shall be retained and all expenses paid without compensation from the Owner. Laboratory results shall be evaluated by the Engineer, who shall make the final decision on acceptability of the concrete in question. Core Sample holes shall be repaired. B. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Specifications. Withheld payment shall be based upon the unit prices established for concrete and reinforcing steel. Payment shall be withheld until the unacceptable concrete has been refinished, removed and replaced or otherwise brought into conformance with the Specifications. C. PVC Waterstops: Waterstops shall be observed by the Owner’s representative prior to concrete placement. Unacceptable splicing defects include: 1. Misalignment of center bulb, ribs and end bulbs greater than 1/16 inch. 2. Bond failure at joint deeper than 1/16 inch. 3. Misalignment which reduces waterstop cross-section more than 15 percent. 4. Bubble or visible porosity in the weld. 5. Visible signs of splice separation when a cooled splice is bent by hand at a sharp angle. Cast-In-Place Concrete 03 30 00-T - 33 Whitecap WWTP UV Disinfection System Upgrade – E10179 6. Charred or burnt material. END OF SECTION Concrete Mix Design Project Name: FNI Project Number: Project Location: Owner: General Contractor: Mix Number / Class: A. Mix Design: Cement = lb/yd³ Fly Ash = lb/yd³ Other Cementitious Material: _______________________ = lb/yd³ Fine Aggregate = lb/yd³ Course Aggregate = lb/yd³ Water = lb/yd³ Water Reducing Admixture = oz/yd³ High Range Water Reducer = oz/yd³ Air Entraining Admixture = oz/yd³ Other Admixture: _______________________ = oz/yd³ Slump = inches Gross Weight = lb/yd³ Air Content = percent Water/Cement Ratio = B. Materials: Source ASTM Type Remarks Cement Fly Ash Other Cementitious Material: _______________________ Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Cast-In-Place Concrete 03 30 00-T - 34 Whitecap WWTP UV Disinfection System Upgrade – E10179 Source ASTM Type Remarks Other Admixture: _______________________ C. Determination of Average Strength Required (f cr’ ): 1. Test Records Available: A. Summary of Test Records (Provide Supporting Documentation): Test Group No. No. of Consecutive Tests Specified Strength (psi) Standard Deviation (psi) Average Standard Deviation: B. Standard Deviation Modification Factor (ACI 30 1, Table 4.2.3.3.a): ____ . C. Standard Deviation Used: ____ . D. Average Compressive Strength Required: ____ . 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 30 1, Table 4.2.3.3.b, if required): ____ . D. Documentation of Required Average Compressive Strength (Check One): 1. Field Strength: A. Field Strength Test Records (ACI 30 1, Table 4.2.3.3.a): ____ . a. *Complete Attachment A. 2. Trial Mixtures: A. Trial Mixtures (ACI 301, Table 4.2.3.3.b, if required): ____ . a. *Complete Attachment B. I, certify that the above information is correct and all gradations, cement certifications and test results are located at our place of business for review by the Engineer. Name: Date: Title: Company: Address: Cast-In-Place Concrete 03 30 00-T - 35 Whitecap WWTP UV Disinfection System Upgrade – E10179 Cast-In-Place Concrete 03 30 00-T - 36 Whitecap WWTP UV Disinfection System Upgrade – E10179 Attachment A Documentation of Required Average Strength – Field Strength Records (ACI 301, 4.2.3.4.a) A. Summary of Test Records (Provide Supporting Documentation): Test Record No. No. of Tests in Record Duration of Record (days) Water - Cementitious Materials Ratio Average Strength (psi) B. Interpolation used? ________ . 1. Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. Cast-In-Place Concrete 03 30 00-T - 37 Whitecap WWTP UV Disinfection System Upgrade – E10179 Attachment B Documentation of Required Average Strength – Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary Of Test Record(s): Trial Mix No. 7-Day Tests 28-Day Tests Water- Cementitious Materials Ratio Slump (in) Air Content (percent) Temperature (F) No. of Test Cylinders Strength (psi) No. of Test Cylinders Strength (psi) B. Maximum water-cementitious materials ratio ________ . 1. Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Amount of water used in trial mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders cast for each 7-day and 28-day test. END OF ATTACHMENTS Division 05-T Structural Steel 05 12 00-T - 1 Whitecap WWTP UV Improvements Project – E10179 05 12 00-T STRUCTURAL STEEL 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Structural Steel. 1.03 DEFINITIONS A. Structural Steel: Elements of structural-steel frame, as classified by AISC's "Code of Stand- ard Practice for Steel Buildings and Bridges," that support design loads. 1.04 PERFORMANCE REQUIREMENTS A. Connections: Provide details of simple shear connections required by the Contract Docu- ments to be selected or completed by structural-steel fabricator to withstand ASD-service loads indicated and comply with other information and restrictions indicated. 1. Connections not completely detailed on the contract drawings shall be designed by a professional engineer licensed in the state of Texas and employed by the fabricator. Connection types shall conform to the typical details given on the drawings. Connection designs shall be in accordance with AISC's "Steel Construction Manual, 13 th Edition. The engineer shall supply sealed calculations for the design of the connections. Sealed cal- culations shall be submitted for all fabricator proposed alternate connections. Calcula- tions for other connection designs shall be submitted upon request. Calculations shall be submitted for record purposes prior to submittal of shop drawings for review and approval. No fabrication shall begin until shop drawings are approved. 2. Engineering Responsibility: Fabricator's responsibilities include using a qualified profes- sional engineer to prepare structural analysis data for structural-steel connections. 1.05 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication of structural-steel components. 1. Include details of cuts, connections, splices, camber, holes, and other pertinent data. 2. Include embedment drawings. 3. Indicate welds by standard AWS symbols, distinguishing between shop and field welds, and show size, length, and type of each weld. Structural Steel 05 12 00-T - 2 Whitecap WWTP UV Improvements Project – E10179 4. Indicate type, size, and length of bolts, distinguishing between shop and field bolts. Identify pretensioned and slip-critical high-strength bolted connections. 5. Indicate size and location of all lifting, filling, vent and drain holes required for galvaniz- ing. Lifting, filling, vent and drain holes shall be coordinated with the galvanizer. 6. Galvanized items which will receive paint must be designated as such. C. Calculations: For structural-steel connections indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1. Submittal shall be for record purposes and shall be a separate submittal from the shop drawings. D. Welding certificates. E. Qualification Data: For installer and fabricator. F. Mill Test Reports: Signed by manufacturers certifying that the following products comply with requirements: 1. Structural steel including chemical and physical properties. 2. Bolts, nuts, and washers including mechanical properties and chemical analysis. 3. Direct-tension indicators. 4. Tension-control, high-strength bolt-nut-washer assemblies. G. Source quality-control test reports. 1.06 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer with a record of successfully performed projects of comparable size and complexity during the previous 5 years. B. Fabricator Qualifications: A qualified fabricator with a record of successfully performed pro- jects of comparable size and complexity during the previous 5 years. C. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code--Steel." D. Comply with applicable provisions of the following specifications and documents: 1. AISC's "Code of Standard Practice for Steel Buildings and Bridges." 2. AISC's "Seismic Provisions for Structural Steel Buildings" and "Supplement No. 2." 3. AISC's "Specification for Structural Steel Buildings," ANSI/AISC 360-05. 4. RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." E. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Structural Steel 05 12 00-T - 3 Whitecap WWTP UV Improvements Project – E10179 1.07 DELIVERY, STORAGE, AND HANDLING A. Store materials to permit easy access for inspection and identification. Keep steel members off ground and spaced by using pallets, dunnage, or other supports and spacers. Protect steel members and packaged materials from erosion and deterioration. 1. Store fasteners in a protected place. Clean and relubricate bolts and nuts that become dry or rusty before use. a. If allowed, Tension-Control bolt assemblies shall be protected from moisture and corrosion. Tension-Control bolts may not be cleaned or relubricated. 2. Do not store materials on structure in a manner that might cause distortion, damage, or overload to members or supporting structures. Repair or replace damaged materials or structures as directed. 1.08 COORDINATION A. Furnish anchorage items to be embedded in or attached to other construction without de- laying the Work. Provide setting diagrams, sheet metal templates, instructions, and direc- tions for installation. B. Coordinate lifting, filling, venting and drain holes required for galvanized items with the gal- vanizer prior to shop drawing submittal. The fabricator shall consult with architect/engineer and hot-dip galvanizer regarding potential concerns during the galvanizing process that may require design modification before fabrication proceeds. 2.00 PRODUCTS 2.01 STRUCTURAL-STEEL MATERIALS A. W-Shapes: ASTM A 992, Grade 50, unless noted otherwise. B. Channels, Angles, and miscellaneous shapes: ASTM A 36, unless noted otherwise. C. Plate and Bar: ASTM A 36, unless noted otherwise. D. Cold-Formed Hollow Structural Sections: 1. Square and rectangular: ASTM A 500, Grade B, unless noted otherwise. 2. Round: ASTM A 500, Grace C, unless noted otherwise. F. Steel Pipe: ASTM A 53, Type E or S, Grade B. E. Welding Electrodes: Comply with AWS requirements. 1. Unless indicated otherwise, all electrodes shall be E70XX, low hydrogen. 2.02 BOLTS, CONNECTORS, AND ANCHORS A. High-Strength Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy hex steel structural bolts; ASTM A 563 heavy hex carbon-steel nuts; and ASTM F 436 hardened carbon-steel washers. Structural Steel 05 12 00-T - 4 Whitecap WWTP UV Improvements Project – E10179 1. Material: a. ASTM A 325, unless noted otherwise. 2. Finish: a. Unless noted otherwise: Plain. b. For bolts at galvanized members or as otherwise indicated: Hot-dip zinc coating, ASTM A 153, Class C or Mechanically deposited zinc coating, ASTM B 695, Class 50. 3. Direct-Tension Indicators: ASTM F 959, Type 325 compressible-washer type. a. Finish: Match bolt finish. B. Tension-Control, High-Strength Bolt-Nut-Washer Assemblies: ASTM F 1852, Type 1, heavy hex or round head steel structural bolts with splined ends; ASTM A 563 heavy hex carbon- steel nuts; and ASTM F 436 hardened carbon-steel washers. 1. Finish: a. Unless noted otherwise: Plain. b. For bolts at galvanized members or as otherwise indicated: Hot-dip zinc coating, ASTM A 153, Class C or Mechanically deposited zinc coating, ASTM B 695, Class 50. C. Anchor Rods (headed or unheaded): ASTM F 1554, Grade 36, unless noted otherwise. 1. Configuration: Straight. 2. Nuts: ASTM A 563 heavy hex carbon steel. 3. Plate Washers: ASTM A 36 carbon steel. 4. Washers: ASTM F 436 hardened carbon steel. 5. Finish: Hot-dip zinc coating, ASTM A 153, Class C or Mechanically deposited zinc coat- ing, ASTM B 695, Class 50. D. Threaded Rods: ASTM A 36. 1. Nuts: ASTM A 563 heavy hex carbon steel. 2. Washers: ASTM F 436 hardened carbon steel. 3. Finish: a. Unless noted otherwise: Plain. b. For rods at galvanized members or as otherwise indicated: Hot-dip zinc coating, ASTM A 153, Class C or Mechanically deposited zinc coating, ASTM B 695, Class 50. 2.03 PRIMER A. Primer: SSPC-Paint 25, Type I, iron oxide, zinc oxide, raw linseed oil, and alkyd. B. Galvanizing Repair Paint: SSPC-Paint 20. 1. Zinc Level 1: Minimum zinc loading of 85% by weight of the dry film. 2.04 FABRICATION A. Structural Steel: Fabricate and assemble in shop to greatest extent possible. Fabricate ac- cording to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and AISC's "Specification for Structural Steel Buildings--Allowable Stress Design and Plastic Design." Structural Steel 05 12 00-T - 5 Whitecap WWTP UV Improvements Project – E10179 1. Camber structural-steel members where indicated. 2. Identify high-strength structural steel according to ASTM A 6 and maintain markings un- til structural steel has been erected. 3. Mark and match-mark materials for field assembly. 4. Complete structural-steel assemblies, including welding of units, before starting shop- priming operations, if required. B. Drawings indicate the design, sections and weights of members. Substitutions shall not be permitted except upon written permission from the Engineer. C. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible. 1. Plane thermally cut edges to be welded to comply with requirements in AWS D1.1. D. Bolt Holes: Cut, drill or punch bolt holes perpendicular to metal surfaces. 1. Unless noted otherwise, all holes are AISC standard. E. Finishing: Accurately finish ends of columns and other members transmitting bearing loads. F. Cleaning: Clean and prepare steel surfaces that are to remain unpainted according to SSPC- SP 2, "Hand Tool Cleaning." 1. Slip critical faying surfaces shall be treated according to the RCSC Specification. 2. Slip critical faying surfaces for galvanized members shall be galvanized and roughened with hand wire brush according to the RCSC Specification for a Class C surface. G. Galvanized Components 1. Lifting, filling, vent and drain holes shall be constructed at the Fabricator’s shop prior to delivery to the galvanizer. 2. Fabricate structural steel in accordance with Class I, II, III guidelines as described in AGA's Recommended Details for Galvanized Structures. 3. Fabrication practices for products to be in accordance with the applicable portions of ASTM A143, A384, and A385. Avoid fabrication techniques that could cause steel distor- tion or embrittlement. 4. Provide holes and/or lifting lugs to allow for handling during galvanizing. 2.05 SHOP CONNECTIONS Shop connections shall be composed of bolted or welded connections. Combinations of bolted and welded connections on a common shearing face are not allowed. A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint speci- fied. 1. Joint Type: Snug tightened bearing type with threads included in the shear plane, unless noted otherwise. a. The following bolted connections shall be pretensioned: 1) Slip critical bolts. 2) Bracing connections. Structural Steel 05 12 00-T - 6 Whitecap WWTP UV Improvements Project – E10179 3) Bolts loaded by axial wind loads in the connected member. 4) Bolted connections at truss supports. 5) Where noted on drawings. 2. Pretensioning method: Acceptable methods of pretensioning are as follows: a. Turn-of-Nut Pretensioning. 1) Match-marking shall be clearly provided. b. Twist-Off-Type Tension-Control Bolt Pretensioning. c. Direct-Tension-Indicator Pretensioning. B. Weld Connections: Comply with AWS D1.1 for welding procedure specifications, tolerances, appearance, and quality of welds and for methods used in correcting welding work. 1. Assemble and weld built-up sections by methods that will maintain true alignment of axes without exceeding tolerances of AISC's "Code of Standard Practice for Steel Build- ings and Bridges" for mill material. 2.06 SHOP PRIMING A. Shop prime steel surfaces except the following: 1. Surfaces embedded in concrete or mortar. Extend priming of partially embedded mem- bers to a depth of 2 inches. 2. Surfaces to be field welded. 3. Surfaces to be high-strength bolted with slip-critical connections. 4. Surfaces to receive sprayed fire-resistive materials. 5. Galvanized surfaces. B. Surface Preparation: Clean surfaces to be painted. Remove loose rust and mill scale and spatter, slag, or flux deposits. Prepare surfaces according to the following specifications and standards: 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." C. Priming: Immediately after surface preparation, apply primer according to manufacturer's written instructions and at rate recommended by SSPC to provide a dry film thickness of not less than 1.5 mils. Use priming methods that result in full coverage of joints, corners, edges, and exposed surfaces. 2.07 GALVANIZING A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to structural steel indi- cated in drawings and specifications according to ASTM A 123. 1. Fill vent holes and grind smooth after galvanizing. 2. Galvanize lintels and shelf angles attached to structural-steel frame and located in exte- rior walls. Structural Steel 05 12 00-T - 7 Whitecap WWTP UV Improvements Project – E10179 2.08 SOURCE QUALITY CONTROL A. Owner will engage an independent testing and inspecting agency to perform shop tests and inspections and prepare test reports. 1. Provide testing agency with access to places where structural-steel work is being fabri- cated or produced to perform tests and inspections. B. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. C. Welded Connections: 1. Full penetration welds and other welds as specified: In addition to 100 % visual inspec- tion, 10 % of connections will be tested and inspected according to AWS D1.1 and the following inspection procedures, at testing agency's option: a. Liquid Penetrant Inspection: ASTM E 165. b. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration will not be accepted. c. Ultrasonic Inspection: ASTM E 164. d. Radiographic Inspection: ASTM E 94. 3.00 EXECUTION 3.01 EXAMINATION A. Verify elevations of concrete-bearing surfaces and locations of anchor rods, bearing plates, and other embedments, with steel erector present, for compliance with requirements. B. Dimensions scaled from drawings shall not be used for fabrication, and the Contractor shall determine actual dimensions of the structure. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Provide temporary shores, guys, braces, and other supports during erection to keep struc- tural steel secure, plumb, and in alignment against temporary construction loads and loads equal in intensity to design loads. Remove temporary supports when permanent structural steel, connections, and bracing are in place, unless otherwise indicated. 3.03 ERECTION A. Set structural steel accurately in locations and to elevations indicated and according to AISC's "Code of Standard Practice for Steel Buildings and Bridges" and ”Specification for Structural Steel Buildings,” ANSI/AISC 360-05. B. Base and Bearing Plates: Clean concrete- and masonry-bearing surfaces of bond-reducing materials, and roughen surfaces prior to setting base and bearing plates. Clean bottom sur- face of base and bearing plates. Structural Steel 05 12 00-T - 8 Whitecap WWTP UV Improvements Project – E10179 1. Set base and bearing plates for structural members on wedges, shims, or setting nuts as required. 2. Weld plate washers to top of base plate where required. 3. Tighten anchor rods after supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with edge of base or bear- ing plate before packing with grout. 4. Promptly pack grout solidly between bearing surfaces and base or bearing plates so no voids remain. Neatly finish exposed surfaces; protect grout and allow to cure. Comply with manufacturer's written installation instructions for shrinkage-resistant grouts. C. Maintain erection tolerances of structural steel within AISC's "Code of Standard Practice for Steel Buildings and Bridges." D. Align and adjust various members forming part of complete frame or structure before per- manently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact with members. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 1. Level and plumb individual members of structure. 2. Make allowances for difference between temperature at time of erection and mean temperature when structure is completed and in service. E. Splice members only where indicated. F. Do not use thermal cutting during erection unless approved by Engineer. Finish thermally cut sections within smoothness limits in AWS D1.1. G. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts. 3.04 FIELD CONNECTIONS A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts" for type of bolt and type of joint speci- fied. 1. Joint Type: Snug tightened, unless noted otherwise. 2. Pretensioning method: Acceptable methods of pretensioning are as follows: a. Turn-of-Nut Pretensioning. 1) Match-marking shall be clearly provided. b. Twist-Off-Type Tension-Control Bolt Pretensioning. 1) Bolts must be maintained in protected, sealed containers until used. 2) If bolts are installed but not pretensioned immediately, the pre-installation veri- fication shall be performed on bolts with similar exposure only. 3) Bolts must be installed and pretensioned within 1-week of removal from protec- tive packaging. c. Direct-Tension-Indicator Pretensioning. Structural Steel 05 12 00-T - 9 Whitecap WWTP UV Improvements Project – E10179 B. Weld Connections: Comply with AWS D1.1 for welding procedure specifications, tolerances, appearance, and quality of welds and for methods used in correcting welding work. 1. Comply with AISC's "Code of Standard Practice for Steel Buildings and Bridges" and "Specification for Structural Steel Buildings," ANSI/AISC 360-05, for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Unless indicated otherwise, beam flanges employing full penetration welds shall have 1- 1/4" x 3/16" backup plate. Back gouge root pass and weld flush on backside where full penetration is specified. 3. Assemble and weld built-up sections by methods that will maintain true alignment of axes without exceeding tolerances of AISC's "Code of Standard Practice for Steel Build- ings and Bridges" for mill material. 3.05 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to inspect field welds and high-strength bolted connections. B. Bolted Connections: Field-bolted connections will be tested and inspected according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." C. Welded Connections: Field welds will be 100 % visually inspected according to AWS D1.1. 1. Full penetration welds and other welds as specified: In addition to 100 % visual inspec- tion, 10 % of connections will be tested and inspected according to AWS D1.1 and the following inspection procedures, at testing agency's option: a. Liquid Penetrant Inspection: ASTM E 165. b. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration will not be accepted. c. Ultrasonic Inspection: ASTM E 164. d. Radiographic Inspection: ASTM E 94. D. Correct deficiencies in Work that test reports and inspections indicate does not comply with the Contract Documents. 1. Corrective measures shall be taken when welding is unsatisfactory or indicates inferior workmanship. Chip and grind if the removal of part of the weld or a portion of the base metal is required. Where deposition of additional weld material is necessary, the sides of the area to be welded shall have no less than one (1) to one (1) slope to allow room for depositing new material. Correct defective or unsound welds by the removal and replacement of the entire weld using the following procedures: a. Excessive Convexity: Reduce to size by removal of excess weld metal by grinding. b. Shrinkage Cracks, Cracks in Base Metal, Craters and Excessive Porosity: Remove de- fective portions of base and weld material down to sound metal, and deposit addi- tional sound material. c. Undercutting, Undersize, and Excessive Concavity: Clean and deposit additional weld metal. Structural Steel 05 12 00-T - 10 Whitecap WWTP UV Improvements Project – E10179 d. Overlapping and Incomplete Fusion: Remove and replace the defective portion of the weld. e. Slag Inclusion: Remove those parts of the welds containing slag. Fill with sound weld metal. f. Removal of Adjacent Base Metal during Welding: Clean and form full size by depos- iting weld material. 2. Remove cracked welds throughout their length. 3. Where work performed subsequently to the making of the deficient weld has rendered the weld inaccessible, or has caused new conditions which make connection of the defi- ciency dangerous or ineffectual, restore the original conditions by removing welds or members, or both before making the necessary corrections. Another option is to com- pensate for the deficiency with additional work according to the revised design, ap- proved by the Engineer. 4. Cut apart and reweld improperly fitted and misaligned parts. 5. Straighten members distorted by heat of welding using mechanical means or by careful- ly supervised application of a limited amount of localized heat. Heated areas shall not exceed 1,200 degrees Fahrenheit as measured by Tempilsticks. Parts to be heated for straightening shall be free from external stress forces, except when mechanical means are used in conjunction with heat application. 6. If faulty welding or its removal for rewelding damages the base metal so that, in the En- gineer's judgement, it is not in accordance with the intent of the drawings and specifica- tions, remove and replace the damaged material and compensate for the deficiency in a manner acceptable to the Engineer. 7. Maximum space between pieces or members for fillet welds shall be 1/16". Only effec- tive portion shall be considered in measuring fillet welds. 3.06 REPAIRS AND PROTECTION A. Repair damaged galvanized coatings on galvanized items with galvanized repair paint ac- cording to ASTM A 780 and manufacturer's written instructions. B. Touchup Painting: After installation, promptly clean, prepare, and prime or reprime field connections, rust spots, and abraded surfaces of prime-painted joists and accesso- ries, bearing plates, and abutting structural steel. 1. Clean and prepare surfaces by SSPC-SP 2 hand-tool cleaning or SSPC-SP 3 power-tool cleaning. 2. Apply a compatible primer of same type as shop primer used on adjacent surfaces. C. Touchup Painting: Cleaning and touchup painting are specified in Division 9 painting Sec- tions. END OF SECTION Rolled Metal Deck Roof 05 31 01-T - 1 Whitecap WWTP UV Improvements Project – E10179 05 31 01-T ROLLED METAL DECK ROOF 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Con- ditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Arched Standing Seam Roof Panels. B. Related Sections include the following: 1. Division 5 Section "Structural Steel" for shop-welded shear connectors. 1.03 SUBMITTALS A. Product Data: For each type of deck, accessory, and product indicated. B. Shop Drawings: Show layout and types of deck panels, anchorage details, reinforcing chan- nels, pans, deck openings, special jointing, accessories, and attachments to other construc- tion. Clearly indicate any required shoring. C. Record Data: Certification by the deck manufacturer or detailer that the deck meets the min- imum structural performance criteria as indicated in Quality Assurance. D. Product Certificates: Signed by steel deck manufacturers certifying that products furnished comply with requirements. E. Welding Certificates: Copies of certificates for welding procedures and personnel. F. Research/Evaluation Reports: Evidence of steel deck's compliance with building code in ef- fect for Project, from a model code organization acceptable to authorities having jurisdiction. G. Design Calculations: signed and sealed calculations showing decking was designed for proper loading. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed steel deck similar in ma- terial, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Testing Agency Qualifications: An independent testing agency, acceptable to authorities hav- ing jurisdiction, qualified according to ASTM E 329 to conduct the testing indicated, as docu- mented according to ASTM E 548. C. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code--Steel," and AWS D1.3, "Structural Welding Code--Sheet Steel." D. AISI Specifications: Rolled Metal Deck Roof 05 31 01-T - 2 Whitecap WWTP UV Improvements Project – E10179 1. Calculate structural characteristics of steel deck according to AISI's "Specification for the Design of Cold-Formed Steel Structural Members." a. Design steel deck according to AISI “Cold Formed Steel Design Manual”. E. Structural Performance Criteria: 1. As shown on drawings. 2. Per Texas Department of Insurance Windstorm requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect steel deck from corrosion, deformation, and other damage during delivery, storage, and handling. B. Stack steel deck on platforms or pallets and slope to provide drainage. Protect with a water- proof covering and ventilate to avoid condensation. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the fol- lowing: 1. Steel Deck: a. Spanco Building Systems 2.02 ROOF DECK A. Arched Standing Seam Roof Deck: Light gag cold rolled steel channel sections formed into circular arch shapes. 1. Galvanized Steel Sheet: ASTM A 445-72 and ASTM A525-73. 24 ga. Grade “D” 40,000 psi minimum yield “Galvanize Plus” Zinc-Aluminum Alloy-Coated steel coil stock., 2. Deck Profile: As indicated on drawings. 3. Profile Depth: As indicated on drawings. 4. Design Uncoated-Steel Thickness: As indicated on drawings. 5. Span Condition: As indicated on drawings. 6. Side Laps: interlocking seam 7. Galvanizing: ASTM aA525-73, coating class G-90, unless otherwise specified, i.e. “Gal- vanized Plus” zinc-aluminum Alloy-coated steel coil stock. 2.03 ACCESSORIES A. General: Provide manufacturer's standard accessory materials for deck that comply with re- quirements indicated. B. Mechanical Fasteners: Corrosion-resistant, low-velocity, power-actuated or pneumatically driven carbon-steel fasteners; or self-drilling, self-threading screws. C. Side-Lap Fasteners: Corrosion-resistant, hexagonal washer head; self-drilling, carbon-steel screws, No. 10 minimum diameter. D. Flexible Closure Strips: Vulcanized, closed-cell, synthetic rubber. Rolled Metal Deck Roof 05 31 01-T - 3 Whitecap WWTP UV Improvements Project – E10179 E. Miscellaneous Sheet Metal Deck Accessories: Steel sheet, minimum yield strength of 33,000 psi, not less than 0.0359-inch design uncoated thickness, of same material and finish as deck; of profile indicated or required for application. F. Steel Sheet Accessories: Steel sheet, of same material, finish, and thickness as deck, unless otherwise indicated. G. Weld Washers: Uncoated steel sheet, shaped to fit deck rib, 0.0598 inch thick, with factory- punched hole of 3/8-inch minimum diameter. H. Galvanizing Repair Paint: SSPC-Paint 20 or DOD-P-21035, with dry film containing a mini- mum of 94 percent zinc dust by weight. 3.00 EXECUTION 3.01 EXAMINATION A. Examine supporting frame and field conditions for compliance with requirements for installa- tion tolerances and other conditions affecting performance. 3.02 INSTALLATION, GENERAL A. Install deck panels and accessories according to applicable specifications and commentary in SDI Publication No. 29, manufacturer's written instructions, and requirements in this Section. B. Install temporary shoring before placing deck panels, if required to meet deflection limitations. C. Locate decking bundles to prevent overloading of supporting members. D. Place deck panels on supporting frame and adjust to final position with ends accurately aligned and bearing on supporting frame before being permanently fastened. Do not stretch or contract side-lap interlocks. E. Place deck panels flat and square and fasten to supporting frame without warp or deflection. F. Cut and neatly fit deck panels and accessories around openings and other work projecting through or adjacent to decking. G. Provide additional reinforcement and closure pieces at openings as required for strength, continuity of decking, and support of other work. H. Comply with AWS requirements and procedures for manual shielded metal arc welding, ap- pearance and quality of welds, and methods used for correcting welding work. I. Mechanical fasteners may be used in lieu of welding to fasten deck. Locate mechanical fas- teners and install according to deck manufacturer's written instructions. 3.03 ROOF DECK INSTALLATION A. Fasten roof deck panels to steel supporting members: 1. Mechanically fastening with self-drilling No. 12 diameter or larger carbon-steel screws. a. Zink plated to a minimum thickness of 0.005-inch for corrosion resistance. Rolled Metal Deck Roof 05 31 01-T - 4 Whitecap WWTP UV Improvements Project – E10179 2. Mechanically fastening with powder actuated or pneumatically driven fastening systems. a. Minimum shank diameter of 0.145-inch. b. Zink plated to a minimum thickness of 0.005-inch for corrosion resistance. c. A single fastener must be suitable for the full range of base metal thickness encoun- tered in field. 3. Attachment Spacing: a. Deck shall be attached to support framing to resist deck diaphragm shear indicated in combination with the wind uplift indicated. Documentation in the form of test data, design calculations or design charts acceptable to the building Code shall be submit- ted for approval. Coordinate with side lap attachment. b. Attach all side laps at support steel. c. Attachment spacing is applicable to support steel perpendicular or parallel to deck orientation. B. Side-Lap and Perimeter Edge Fastening: 1. Mechanically fasten with self-drilling No. 10 diameter or larger carbon-steel screws. a. Zink plated to a minimum thickness of 0.005-inch for corrosion resistance. 2. Mechanically clinch or button punch. 3. Fasten with a minimum of 1-1/2-inch- long welds for minimum of 18-gage deck. 4. Attachment spacing: a. Fasten side laps and perimeter edges of panels between supports at the spacing and with the method consistent with the support attachment spacing criteria above. b. Maximum spacing shall not exceed the lesser of 1/2 of the span or 30 inches. C. End Bearing: Install deck ends over supporting frame with a minimum end bearing of 1-1/2 inches, with end joints as follows: 1. End Joints: Lapped 2 inches minimum or butted at Contractor's option. D. Miscellaneous Roof Deck Accessories: Install ridge and valley plates, finish strips, cover plates, end closures, and reinforcing channels according to deck manufacturer's written in- structions. Attach to substrate to provide a complete deck installation. E. Flexible Closure Strips: Install flexible closure strips over partitions, walls, and where indicat- ed. Install with adhesive according to manufacturer's written instructions to ensure complete closure. 1. Do not use at fire-resistance-rated partitions or where otherwise indicated. 3.04 FIELD QUALITY CONTROL A. Testing: Owner will engage a qualified independent testing agency to perform field quality- control testing. B. Field welds will be subject to inspection. C. Shear connector stud welds will be inspected and tested according to AWS D1.1 for stud welding and as follows: 1. Shear connector stud welds will be visually inspected. 2. In addition to the requirements of AWS D1.1, bend tests will be performed as follows: a. If visual inspections reveal less than a full 360-degree flash or welding repairs to any shear connector stud. b. For the balance of shear connector studs located on a beam with a defective or re- paired shear connector stud weld. Minimum test rate equals 20 to 100% at the in- spector’s option. Rolled Metal Deck Roof 05 31 01-T - 5 Whitecap WWTP UV Improvements Project – E10179 c. Where shear connector studs with defective or repaired welds are located in an area having an observable gap between the deck and supporting member, other studs with equal or greater gaps shall be tested. Minimum test rate equals 20 to 100% at the inspector’s option. D. Testing agency will report test results promptly and in writing to Contractor and Engineer. E. Remove and replace work that does not comply with specified requirements. F. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of corrected work with specified requirements. 3.05 REPAIRS AND PROTECTION A. Provide final protection and maintain conditions to ensure that steel deck is without damage or deterioration at time of Substantial Completion. END OF SECTION Metal Fabrications 05 50 00-T - 1 Whitecap WWTP UV Improvements Project – E10179 05 50 00-T METAL FABRICATIONS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: Coordinate with Section 13 34 19 “Metal Building Sys- tems.” 1. Steel framing and supports for overhead doors. 2. Steel framing and supports for mechanical and electrical equipment. 3. Steel framing and supports for applications where framing and supports are not speci- fied in other Sections. 4. Loose bearing and leveling plates 5. Steel weld plates and angles for casting into concrete not specified in other Sections. 6. Structural-steel door frames. 7. Metal ladders 8. Metal ships' ladders. 9. Metal bollards B. Products furnished, but not installed, under this Section include the following: 1. Anchor bolts, steel pipe sleeves, and wedge-type inserts indicated to be cast into con- crete or built into unit masonry. C. Related Sections include the following: 1. Division 3 Section "Cast-in-Place Concrete" for installing anchor bolts, steel pipe sleeves, wedge-type inserts and other items indicated to be cast into concrete. 2. Division 5 Section "Structural Steel." 3. Division 5 Section "Metal Railings." 4. Division 5 Section "Gratings." 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance of Ladders: Provide ladders capable of withstanding the effects of loads and stresses within limits and under conditions specified in ANSI A14.3. B. Thermal Movements: Provide exterior metal fabrications that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of connec- tions, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. Metal Fabrications 05 50 00-T - 2 Whitecap WWTP UV Improvements Project – E10179 1.04 SUBMITTALS A. Product Data: For the following: 1. Metal ships ladder B. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connec- tions. Show anchorage and accessory items. 2. Provide templates for anchors and bolts specified for installation under other Sections. 3. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their prep- aration. C. Mill Certificates: Signed by manufacturers of stainless-steel sheet certifying that products furnished comply with requirements. D. Welding certificates. 1.05 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code--Steel." 2. AWS D1.2, "Structural Welding Code--Aluminum." 3. AWS D1.3, "Structural Welding Code--Sheet Steel." 4. AWS D1.6, "Structural Welding Code--Stainless Steel." 1.06 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication and indicate measure- ments on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating metal fabrications without field measurements. Coordinate wall and other contiguous construction to ensure that actual dimensions correspond to established dimensions. 2. Provide allowance for trimming and fitting at site. 1.07 COORDINATION A. Coordinate installation of anchorages for metal fabrications. Furnish setting drawings, tem- plates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. B. Coordinate installation of steel weld plates and angles for casting into concrete that are specified in this Section but required for work of another Section. Deliver such items to Pro- ject site in time for installation. Metal Fabrications 05 50 00-T - 3 Whitecap WWTP UV Improvements Project – E10179 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be in- corporated into the Work include, but are not limited to, products specified. 2. Available Manufacturers: Subject to compliance with requirements, manufacturers of- fering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. 2.02 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise in- dicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.03 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36. B. Stainless-Steel Sheet, Strip, Plate, and Flat Bars: ASTM A 666, Type 316L. C. Stainless-Steel Bars and Shapes: ASTM A 276, Type 316L. D. Rolled-Steel Floor Plate: ASTM A 786, rolled from plate complying with ASTM A 36 or ASTM A 283, Grade C or D. E. Rolled-Stainless-Steel Floor Plate: ASTM A 793. F. Steel Tubing: ASTM A 500, cold-formed steel tubing. G. Steel Pipe: ASTM A 53, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. H. Slotted Channel Framing: Cold-formed metal channels with continuous slot complying with MFMA-3. 1. Size of Channels: 1-5/8 by 1-5/8 inches or as indicated. 2. Material: Galvanized steel complying with ASTM A 653, structural steel, Grade 33, with G90 coating; 0.108-inch nominal thickness. 3. Material: Steel complying with ASTM A 1008, structural steel, Grade 33; 0.0966-inch minimum thickness; hot-dip galvanized after fabrication. 2.04 NONFERROUS METALS A. Aluminum Plate and Sheet: ASTM B 209, Alloy 6061-T6. B. Aluminum Extrusions: ASTM B 221, Alloy 6063-T6. Metal Fabrications 05 50 00-T - 4 Whitecap WWTP UV Improvements Project – E10179 C. Aluminum-Alloy Rolled Tread Plate: ASTM B 632, Alloy 6061-T6. D. Aluminum Castings: ASTM B 26, Alloy 443.0-F. 2.05 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners. Provide stainless-steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, flat washers. C. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts and, where indicated, flat washers; ASTM F 593 for bolts and ASTM F 594 for nuts, Alloy Group 1. D. Anchor Bolts: ASTM F 1554, Grade 36. 1. Provide hot-dip or mechanically deposited, zinc-coated anchor bolts where item being fastened is indicated to be galvanized. E. Eyebolts: ASTM A 489. F. Machine Screws: ASME B18.6.3. G. Plain Washers: Round, ASME B18.22.1. H. Lock Washers: Helical, spring type, ASME B18.21.1. I. Cast-in-Place Anchors in Concrete: Anchors capable of sustaining, without failure, a load equal to four times the load imposed, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 27 cast steel. Provide bolts, washers, and shims as needed, hot-dip galva- nized per ASTM A 153. J. Expansion Anchors: Anchor bolt and sleeve assembly with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. 1. Material for Anchors: Alloy Group 1 stainless-steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. 2.06 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Shop Primers: Provide primers that comply with Division 9 painting Sections. Metal Fabrications 05 50 00-T - 5 Whitecap WWTP UV Improvements Project – E10179 C. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd pri- mer complying with MPI#79. 1. Use primer containing pigments that make it easily distinguishable from zinc-rich pri- mer. D. Zinc-Rich Primer: Complying with SSPC-Paint 20 or SSPC-Paint 29 and compatible with top- coat. 1. Available Products: a. Benjamin Moore & Co.; Epoxy Zinc-Rich Primer CM18/19. b. Carboline Company; Carbozinc 621. c. ICI Devoe Coatings; Catha-Coat 313. d. International Coatings Limited; Interzinc 315 Epoxy Zinc-Rich Primer. e. PPG Architectural Finishes, Inc.; Aquapon Zinc-Rich Primer 97-670. f. Sherwin-Williams Company (The); Corothane I GalvaPac Zinc Primer. g. Tnemec Company, Inc.; Tneme-Zinc 90-97. E. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, com- plying with SSPC-Paint 20. F. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.07 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installa- tion. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radi- us of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work true to line and level with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. Metal Fabrications 05 50 00-T - 6 Whitecap WWTP UV Improvements Project – E10179 F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Where exposed fasteners are required, use Phillips flat-head (countersunk) screws or bolts, unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to ex- clude water. Provide weep holes where water may accumulate. H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated; coordinate with supporting structure. Space an- choring devices to secure metal fabrications rigidly in place and to support indicated loads. 1. Where units are indicated to be cast into concrete or built into masonry, equip with in- tegrally welded steel strap anchors, 1/8 by 1-1/2 inches, with a minimum 6-inch em- bedment and 2-inch hook, not less than 8 inches from ends and corners of units and 24 inches o.c., unless otherwise indicated. 2.08 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports not specified in other Sections as needed to complete the Work. B. Fabricate units from steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive ad- jacent construction retained by framing and supports. Cut, drill, and tap units to receive hardware, hangers, and similar items. 1. Fabricate units from slotted channel framing where indicated. 2. Furnish inserts if units are installed after concrete is placed. C. Galvanize miscellaneous framing and supports where indicated. D. Prime miscellaneous framing and supports with zinc-rich primer where indicated. 2.09 LOOSE BEARING AND LEVELING PLATES A. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction. Drill plates to receive anchor bolts and for grouting. B. Galvanize plates after fabrication. C. Prime plates with zinc-rich primer. 2.10 STEEL WELD PLATES AND ANGLES A. Provide steel weld plates and angles not specified in other Sections, for items supported from concrete construction as needed to complete the Work. Provide each unit with not less than two integrally welded steel strap anchors for embedding in concrete. Metal Fabrications 05 50 00-T - 7 Whitecap WWTP UV Improvements Project – E10179 2.11 STRUCTURAL-STEEL DOOR FRAMES A. Fabricate structural-steel door frames from steel shapes, plates, and bars of size and to di- mensions indicated. Plug-weld built-up members and continuously weld exposed joints. Reinforce frames and drill and tap as necessary to accept finish hardware. B. Extend bottom of frames to floor elevation indicated with steel angle clips welded to frames for anchoring frame to floor with expansion shields and bolts. C. Galvanize exterior steel frames. D. Prime exterior steel frames with zinc-rich primer. 2.12 METAL LADDERS A. General: 1. Comply with ANSI A14.3, unless otherwise indicated. 2. Space siderails 18 inches apart, unless otherwise indicated. 3. Support each ladder at top and bottom and not more than 60 inches o.c. with welded or bolted brackets, made from same metal as ladder. B. Aluminum Ladders: 1. Siderails: Continuous extruded-aluminum channels or tubes, not less than 2-1/2 inches deep, 3/4 inch wide, and 1/8 inch thick. 2. Rungs: Extruded-aluminum tubes, not less than 3/4 inch deep and not less than 1/8 inch thick, with ribbed tread surfaces. 3. Fit rungs in centerline of siderails; fasten by welding or with stainless-steel fasteners or brackets and aluminum rivets. 2.13 METAL SHIPS LADDERS A. General: 1. Basis of design model 520 by O’Keeffe’s, Inc (www.0keeffes.com) 2. Comply with ANSI A14.3, unless otherwise indicated. 3. Space siderails 24 inches apart, unless otherwise indicated. 4. Support each ladder at top and bottom o.c. with welded or bolted brackets, made from same metal as ladder. 2.14 METAL BOLLARDS A. Fabricate metal bollards from Schedule 40 steel pipe. B. Fabricate bollards with 3/8-inch- thick steel baseplates for bolting to concrete slab. Drill baseplates at all 4 corners for 3/4-inch anchor bolts. 1. Where bollards are to be anchored to sloping concrete slabs, angle baseplates for plumb alignment of bollards. Metal Fabrications 05 50 00-T - 8 Whitecap WWTP UV Improvements Project – E10179 C. Fabricate sleeves for bollard anchorage from steel pipe with 1/4-inch- thick steel plate welded to bottom of sleeve. Make sleeves not less than 8 inches deep and 3/4 inch larger than OD of bollard. D. Fabricate internal sleeves for removable bollards from Schedule 40 steel pipe or 1/4-inch wall-thickness steel tubing with an OD approximately 1/16 inch less than ID of bollards. Match drill sleeve and bollard for 3/4 inch steel machine bolt. 2.15 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. 2.16 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123, for galvanizing steel and iron products. 2. ASTM A 153, for galvanizing steel and iron hardware. B. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply with min- imum requirements indicated below for SSPC surface preparation specifications and envi- ronmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1B): SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Interiors (SSPC Zone 1A): SSPC-SP 3, "Power Tool Cleaning." C. Shop Priming: Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, sprayed-on fireproofing, or masonry, unless otherwise indicated. Comply with SSPC-PA 1, "Paint Application Specifica- tion No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. 2.17 STAINLESS-STEEL FINISHES A. Remove tool and die marks and stretch lines or blend into finish. B. Grind and polish surfaces to produce uniform, directionally textured, polished finish indicat- ed, free of cross scratches. Run grain with long dimension of each piece. C. Bright, Directional Satin Finish: No. 4. D. Dull Satin Finish: No. 6. E. When polishing is completed, passivate and rinse surfaces. Remove embedded foreign mat- ter and leave surfaces chemically clean. Metal Fabrications 05 50 00-T - 9 Whitecap WWTP UV Improvements Project – E10179 2.18 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum As- sociation for designating aluminum finishes. B. As-Fabricated Finish: AA-M10 (Mechanical Finish: as fabricated, unspecified). C. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 3.00 EXECUTION 3.01 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limi- tations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galva- nized after fabrication and are for bolted or screwed field connections. C. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasten- ers for use with concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws, and other connectors. E. Provide temporary bracing or anchors in formwork for items that are to be built into con- crete, masonry, or similar construction. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals with a heavy coat of bituminous paint. 3.02 INSTALLING BEARING AND LEVELING PLATES A. Clean concrete and masonry bearing surfaces of bond-reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of plates. Metal Fabrications 05 50 00-T - 10 Whitecap WWTP UV Improvements Project – E10179 B. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use nonshrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use nonshrink, nonmetallic grout in exposed locations, unless oth- erwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.03 INSTALLING PIPE BOLLARDS A. Anchor bollards to existing construction with expansion anchors. Provide four 3/4-inch bolts at each bollard, unless otherwise indicated. B. Anchor bollards in concrete in formed or core-drilled holes not less than 8 inches deep and 3/4 inch larger than OD of bollard. Fill annular space around bollard solidly with nonshrink, nonmetallic grout; mixed and placed to comply with grout manufacturer's written instruc- tions. Slope grout up approximately 1/8 inch toward bollard. C. Anchor bollards in place with concrete footings. Center and align bollards in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace bollards in position until concrete has cured. D. Anchor internal sleeves for removable bollards in place with concrete footings. Center and align sleeves in holes 3 inches above bottom of excavation. Place concrete and vibrate or tamp for consolidation. Support and brace sleeves in position until concrete has cured. E. Place removable bollards over internal sleeves and secure with 3/4-inch machine bolts and nuts. After tightening nuts, drill holes in bolts for inserting padlocks. Owner will furnish padlocks. F. Fill bollards solidly with concrete, mounding top surface to shed water. 3.04 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 painting Sections. C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION Metal Railings 05 52 00-T - 1 Whitecap WWTP UV Improvements Project – E10179 05 52 00-T METAL RAILINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install guardrails, handrails, stair railing, toeguards and ancillary fasteners and components. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Aluminum handrails by the following manufacturers that comply with these specifications will be acceptable: a. Julius Blum & Co., Inc. b. Architectural Art Manufacturing Company, Inc. c. Craneveyor Railings. d. Thompson Fabrication Company. e. Tuttle Aluminum & Bronze. f. Reynolds Aluminum. g. Houston Handrails. h. Approved equal. B. Design Criteria: Guardrails and handrails shall conform to OSHA requirements and shall be designed to resist a concentrated load of 200 pounds applied to the top rail at any point and in any direction. Deflections resulting from such stresses shall not be permanent. Reinforcing dowels may be required to meet these requirements. C. Style: Handrails and guardrails shall be multi-rail . The number of rails shall be as indicated on the plans, or as required by local codes or OSHA requirements. For areas not normally accessible to the public, railings shall be spaced so that a 12-inch diameter sphere cannot pass through the railings. Tolerances: The railing system shall be installed to the following tolerances: Maximum variation from plumb 1/4” Maximum offset from alignment 1/4” 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Manufacturer’s product data sheets and specifications. 2. Certification of compliance with local, state, or Federal codes, and OSHA requirements. 3. Shop drawings indicating railing layout, methods of assembly, attachments, anchorage types, and expansion joints. Metal Railings 05 52 00-T - 2 Whitecap WWTP UV Improvements Project – E10179 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM) Standards: ASTM A36 Specification for Carbon Structural Steel ASTM A53 Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless ASTM B26 Specification for Aluminum-Alloy Sand Castings ASTM B43 Specification for of Seamless Red Brass Pipe, Standard Sizes ASTM B210 Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes ASTM B221 Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes ASTM B241 Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube ASTM E894 Test Method for Anchorage of Permanent Metal Railing Systems and Rails for Buildings ASTM E985 Specifications for Permanent Metal Railing Systems and Rails for Buildings 2. American National Standards Institute (ANSI) Standards: ANSI A21.1 Safety Requirements for Floor and Wall Openings, Railings, and Toe Boards ANSI A58.1 Minimum Design Loads in Buildings and Other Structures ANSI A117.1 Specifications for Making Building and Structures Accessible to and Usable by Physically Handicapped 3. American Welding Society (AWS) Code: AWS Code for Welding in Building Construction 4. Aluminum Association (AA) Publications: ABH-21 Aluminum Brazing Handbook ADS-1 Aluminum Standards and Data DAF-45 Designation System for Architectural Finishes SAA-46 Standards for Anodized Architectural Aluminum 5. Occupational Safety and Health Administration (OSHA) Standards: OSHA 29 CFR 1910 Occupational Safety and Health Standards 6. International Conference of Building Officials (ICBO) Code: UBC, 1988 Uniform Building Code Metal Railings 05 52 00-T - 3 Whitecap WWTP UV Improvements Project – E10179 7. National Association of Architectural Metal Manufacturers (NAAMM): NAAMM Metal Finishes Manual NAAMM Pipe Railing Manual NAAMM Stair Manual 1.05 DELIVERY AND STORAGE A. Wrap aluminum surfaces in protective paper or plastic when shipped. Leave protective coverings in place until near completion of the project and then remove along with the adhesive. 1.06 JOB CONDITIONS A. The Contractor shall be responsible for taking complete field measurements of all areas scheduled for guardrails or handrails to assure a proper fit to field conditions. B. Provide any concrete inserts required for railing anchorage. C. Aluminum surfaces in contact with concrete or grout shall be protected with a coat of bituminous paint or mylar isolators. D. Provide handrails at both sides of stairs. Where sides of stairs consist of a solid wall, a single handrail may be provided along with handrail brackets to anchor handrail to wall surface. Handrails at wall surfaces shall have curved railings which return to the wall. E. Top handrail shall extend continuously over posts, rather than attaching to sides of posts. Provide splices in horizontal railings complete with splice reinforcing inserts. Provide expansion joints at 30-foot maximum intervals or as recommended by the manufacturer, whichever is the lesser. Provide expansion fitting which is anchored to one railing and is free to move at the opposite railing. 1.07 OPTIONS A. The Contractor may use a mechanically fastened or welded aluminum pipe system. Steel pipe handrails shall be all welded construction. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Pipe: 1-1/4 -inch, I.P.S. Schedule 40 steel pipe conforming to ASTM A53. B. Aluminum Pipe Railing: Extruded seamless aluminum pipe alloy 6063-T52 or T6, 1-1/2-inch diameter, Schedule 40 pipe having a minimum wall thickness of 0.145 inch. C. Aluminum Posts: Posts shall be fabricated of extruded aluminum alloy 6063-T6 or high strength drawn aluminum alloy 6063-T832, Schedule 40 pipe having a 1-1/2 inches diameter and a minimum wall thickness of 0.145 inch. D. Splice and Reinforcing Sleeves: Drawn aluminum alloy 6063-T832, 0.125-inch thickness. Metal Railings 05 52 00-T - 4 Whitecap WWTP UV Improvements Project – E10179 E. Aluminum Cast Fittings: High strength, aluminum alloy 214. Fittings shall include wall returns, socket floor flanges, post sleeves, splice connectors, expansion joint connectors, handrail brackets, welding fittings, post caps and end caps. F. Toe Boards: Extruded aluminum alloy 6063-T52, conforming to ASTM B221 and ANSI A21.1, having a special, slightly curved shape, and brackets which anchor to posts, approximately 4 inches high. G. Mechanical Fasteners: Furnish mechanical fasteners as recommended by the manufacturer for the following conditions: 1. Stainless steel RHMS 1/4-inch, 20-by-1-inch SEMS with lock washers. 2. Stainless steel 1/4-inch, 20 RHMS with nut. 3. Aluminum, internally threaded, tubular rivets. 4. Cadmium-plated sleeve anchor bolts, 3/8 by 3 inches. 5. Cadmium plated sleeve anchor bolts, 3/8 by 6 inches. H. Factory Bends and Special Railings: Furnish factory bend at railings, including stair turns and other special shapes required by the conditions. Perform no bending in the field. Shapes requiring more than one piece shall be shop welded with welds ground smooth and not visible when erected. I. Structural Adhesive: An approved epoxy adhesive, as recommended by the railing manufacturer, such as 3M “Scotch-Weld”, or approved equal. J. Post Setting Epoxy: Silicone Specialties “E-Bond #165”, Sika Corp. “Sikador Hi-mod”, or approved equal. K. Steel Anchors: Anchors and other appurtenances shall conform to ASTM A36. L. Gate Accessories: Aluminum gate latch with spring activated latch, such as Julius Blum # 784, or equal. Hinges shall have gate leaf which is curved to fit pipe radius and has spring for self-closing feature, such as Julius Blum # 782/3. M. Safety Chain: 13-link-per-foot wrought aluminum chain with 1/4-inch stainless steel eyebolt and harness snap. 2.02 MANUFACTURED PRODUCTS A. Finish: Finish for exposed aluminum handrails shall be NAAMM satin finish (188-220) or MIO-C22-A-41 grit with clear alumilite finish. 2.03 WELDED STEEL RAILINGS A. Steel handrails and guardrails shall be fabricated of 1-1/4 inches, I.P.S. Schedule 40 steel pipe with all welded construction. Cut pipe intersections to the diameter of the connecting pipe and weld all around the connections. Posts shall be truly vertical and shall be shop welded to a steel base plate. B. Furnish fabricated welding type fittings, including end terminals which curve and anchor to the wall, pipe end terminals, bases, wall brackets, and wall flanges. Railings shall have rounded corners and returns using flush welded fittings. Metal Railings 05 52 00-T - 5 Whitecap WWTP UV Improvements Project – E10179 2.04 ALUMINUM MECHANICAL RAILING SYSTEM A. Railings shall be a complete, pre-engineered, mechanically fastened railing system, including all fittings and hardware fabricated by one manufacturer, and consisting of all components and accessories necessary for a complete system. Components shall be shipped with aluminum surfaces plastic wrapped. B. Mechanical fasteners shall be designed with connectors which anchor to posts and which are locked into position with threaded tubular rivets and stainless steel machine screws. Each fitting shall have adhesive applied to the fitting before the tubing is mated to the connector. C. Furnish all components necessary to assemble the railing system, including floor flanges, connector sleeves, end caps, post caps, socket type wall returns, elbows, radius fittings, and wall brackets. Cap all open ends of the pipe. Return all handrails to the wall. Provide floor flanges at posts and handrail brackets for wall mounted handrails. D. Ends shall be cut square and free of burrs. Rivet holes shall be drilled in such a manner that rivet holes seat properly to the surface of the rail. Provide water drainage weep holes at all posts grouted into concrete and otherwise installed in a manner to collect water. 2.05 ALUMINUM WELDED RAILING SYSTEM A. The railing system shall be a complete, pre-engineered system employing welded aluminum pipe components. The railing system shall use a complete line of fittings which allows welding to prefabricated fittings. B. Furnish all components necessary to assemble the railing system, including floor flanges, connector sleeves, end caps, post caps, socket type wall returns, elbows, radius fittings, and wall brackets. Cap all open ends of the pipe. Return all handrails to the wall. Provide floor flanges at posts and handrail brackets for wall mounted handrails. 2.06 TOE BOARDS A. Toe boards shall be extruded aluminum having a slightly curved shape or otherwise designed with offset flanges to provide stiffness. Toe boards shall have an integral extruded bracket on backside which locks into an aluminum clamp at each vertical post. Bracket and clamp will not be a rigid connection, but will allow toe board to slide in clamp for expansion and contraction. Provide prefabricated corners. 2.07 GATES AND OPENINGS A. Opening in guardrails shall be protected by means of a self-closing gate with automatic latching device. Where noted on drawings, opening may be protected by a non-corrosive chain across the opening, attached to an eye-bolt on one end and having a spring activated harness clip on the other which fastens to an eye-bolt in the opposite post. B. Regardless of type of railing system used, gates shall be fabricated with all welded joints. Gates shall have two heavy duty self-closing hinges per leaf. Where two leafs occur, provide a keeper on one leaf which secures the gate to concrete floor. 3.00 EXECUTION Metal Railings 05 52 00-T - 6 Whitecap WWTP UV Improvements Project – E10179 3.01 PREPARATION A. Install sleeves and anchor plates in concrete as it is placed. 3.02 INSTALLATION A. Post spacing shall not exceed maximum spacing required by local or state codes, or OSHA requirements, or 8-foot centers; whichever is least. Handrail posts at stairs shall be spaced as required to produce uniform spacing between posts. B. Assemble and erect aluminum railing systems in strict adherence with the manufacturer’s printed instructions. Install posts plumb and true to line. Provide anchors, plates, angles and necessary fasteners to secure components into position. Top rails shall be continuous without interruption the entire length of handrails, in accordance with OSHA 1910.23 requirements. C. Provide extensions at both ends of the stair terminals, in accordance with OSHA requirements. Extend wall mounted handrails a minimum of 12 inches beyond the end of the stair. Handrails at stairs shall have a height between 2 feet-6 inches and 2 feet-8 inches. Guardrail heights shall be 3 feet-6 inches. Make smooth radius transitions between the stair rails and guardrails. Transitions from horizontal rails to sloping rails and terminations at ends of railing shall have rounded corners. D. Install toe boards between posts at locations indicated on the plans or required by OSHA. Toe boards shall be shipped in 24-foot lengths and cut to fit in the field. Provide clamp at each past which locks in to groove on backside of toe board. Attachment shall allow the metal to expand and contract. Splices shall occur only at vertical posts. E. Provide splices and expansion joints, each having an internal splice connector. Install expansion joints according to the manufacturer’s recommendations. Expansion joints shall be free to move on one side and shall not exceed intervals of 30 feet on straight runs. F. Apply one coat of bituminous paint with a minimum thickness of 10 mils dry film thickness at railing components in contact with concrete or dissimilar materials. G. Welded systems shall have all joints welded continuously around each juncture with small, uniform welds. Steel welded pipe shall have welds ground smooth. Aluminum welds, if neatly made and uniform in appearance need not be ground, except when appearance is a factor and welds are not made neatly and smoothly as determined by Engineer. Gates shall be all welded construction regardless of the method of assembly of remainder of railing system. H. Provide a 3/16-inch stainless steel safety chain attached to an eye-bolt at the vertical post, where indicated on the plans. Provide a spring loaded clip at the opposite end. I. Provide 3/16-inch diameter weep holes located 1/4 to 3/4 inch above the grout line at exterior posts set in concrete. J. Assemble steel pipe handrails to culvert headwalls in the field by welding completely around the pipe. 3.03 PAINTING Metal Railings 05 52 00-T - 7 Whitecap WWTP UV Improvements Project – E10179 A. Steel handrails shall be painted as specified in Section 09 91 12 “Exterior Painting.” Galvanized steel handrails do not require painting. Do not paint aluminum handrails. 3.04 CLEAN AND ADJUST A. Remove any protective covering from handrails and remove all adhesive. 3.05 SCHEDULES A. Handrails and guard rails shall be of the material and type shown on the drawings. Unless otherwise shown, railings shall be as follows: Interior rails @ stairs Steel all welded construction Exterior Stairs Aluminum, mechanical couplers Basins Aluminum, mechanical couplers. END OF SECTION Gratings 05 53 00-T - 1 Whitecap WWTP UV Improvements Project – E10179 05 53 00-T GRATINGS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Metal bar gratings. 2. Metal frames and supports for gratings. B. Related Sections include the following: 1. Division 5 Section "Structural Steel" for structural-steel framing system components. 2. Division 5 Section "Metal Railings" for metal pipe and tube handrails and railings. 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance of Gratings: Provide gratings capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indi- cated: 1. Floors: Uniform load of 100 lbf/sq. ft. or concentrated load of 2000 lbf, whichever pro- duces the greater stress. 2. Walkways and Elevated Platforms: Uniform load of 100 lbf/sq. ft. 3. Sidewalks and Vehicular Driveways, Subject to Trucking: Uniform load of 250 lbf/sq. ft. or concentrated load of 8000 lbf, whichever produces the greater stress. 4. Limit deflection to L/240 or 1/4 inch, whichever is less. B. Seismic Performance: Provide gratings capable of withstanding the effects of earthquake motions determined according to ASCE 7, "Minimum Design Loads for Buildings and Other Structures": Section 9, "Earthquake Loads." 1.04 SUBMITTALS A. Product Data: For the following: 1. Clips and anchorage devices for gratings. 2. Paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Provide templates for anchors and bolts specified for installation under other Sections. 2. For installed products indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their prep- aration. Gratings 05 53 00-T - 2 Whitecap WWTP UV Improvements Project – E10179 C. Welding certificates. 1.05 QUALITY ASSURANCE A. Metal Bar Grating Standards: Comply with NAAMM MBG 531, "Metal Bar Grating Manu- al" and NAAMM MBG 532, "Heavy-Duty Metal Bar Grating Manual." B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code--Steel." 2. AWS D1.2, "Structural Welding Code--Aluminum." 1.06 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with gratings by field measurements before fabrication and indicate measurements on Shop Drawings. 1. Established Dimensions: Where field measurements cannot be made without delaying the Work, establish dimensions and proceed with fabricating gratings without field measurements. Coordinate wall and other contiguous construction to ensure that actu- al dimensions correspond to established dimensions. 2. Provide allowance for trimming and fitting at site. 1.07 COORDINATION A. Coordinate installation of anchorages for gratings, grating frames, and supports. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, con- crete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the follow- ing: 1. Metal Bar Gratings: a. Alabama Metal Industries Corporation. b. All American Grating, Inc. c. Barnett/Bates Corp. d. Borden Metal Products (Canada) Limited. e. Fisher & Ludlow. f. Grupo Metelmex, S.A. de C.V. g. IKG Industries; a Harsco Company. h. Marwas Steel Co.; Laurel Steel Products Division. i. Ohio Gratings, Inc. j. Seidelhuber Metal Products, Inc. Gratings 05 53 00-T - 3 Whitecap WWTP UV Improvements Project – E10179 k. Tru-Weld. 2.02 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36. 2.03 ALUMINUM A. Aluminum, General: Provide alloy and temper recommended by aluminum producer for type of use indicated, and with not less than the strength and durability properties of alloy and temper designated below for each aluminum form required. B. Extruded Bars and Shapes: ASTM B 221, alloys as follows: 1. 6061-T6 or 6063-T6, for bearing bars of gratings and shapes. 2. 6061-T1, for grating crossbars. C. Aluminum Rivets: ASTM B 316, Alloy 6053-T4 or 6061-T6. D. Aluminum Sheet: ASTM B 209, Alloy 5052-H32. 2.04 FASTENERS A. General: Unless otherwise indicated, provide Type 316 stainless-steel fasteners. Provide stainless-steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. B. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts, nuts, and, where indicated, flat washers; ASTM F 593 for bolts and ASTM F 594 for nuts, Alloy Group 1. C. Anchors: Provide cast-in-place or adhesive expansion anchors with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by test- ing per ASTM E 488 conducted by a qualified independent testing agency. 1. Material for Anchors: Alloy Group 1 stainless-steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. 2.05 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy that is welded. B. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, com- plying with SSPC-Paint 20. C. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187. 2.06 FABRICATION Gratings 05 53 00-T - 4 Whitecap WWTP UV Improvements Project – E10179 A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch material cleanly and accurately. Remove burrs and ease edges to a ra- dius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form from materials of size, thickness, and shapes indicated, but not less than that needed to support indicated loads. D. Fit exposed connections accurately together to form hairline joints. E. Welding: Comply with AWS recommendations and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. F. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space the anchoring devices to secure gratings, frames, and supports rigidly in place and to support indicated loads. 1. Fabricate toeplates for attaching in the field. 2. Toeplate Height: 4 inches, unless otherwise indicated. 2.07 METAL BAR GRATINGS A. Pressure-Locked, Rectangular Bar Aluminum Grating: Fabricated by pressing rectangular flush-top crossbars into slotted bearing bars. 1. Bearing Bar Spacing: 1-3/16 inches o.c. 2. Bearing Bar Depth: 1-1/2 inches or as required to comply with structural performance requirements. 3. Bearing Bar Thickness: 3/16 inch or as required to comply with structural performance requirements. 4. Crossbar Spacing: 4 inches o.c. 5. Traffic Surface: Applied abrasive finish consisting of aluminum-oxide aggregate in an epoxy-resin adhesive. 6. Aluminum Finish: Mill finish. B. Removable Grating Sections: Fabricate with banding bars attached by welding to entire pe- rimeter of each section. Include anchors and fasteners of type indicated or, if not indicated, as recommended by manufacturer for attaching to supports. 1. Provide not less than four weld lugs for each heavy-duty grating section, with each lug shop welded to two bearing bars. 2. Provide not less than 4 saddle clips for each grating section composed of rectangular bearing bars 3/16 inch or less in thickness and spaced 15/16 inch or more o.c., with each clip designed and fabricated to fit over 2 bearing bars. Gratings 05 53 00-T - 5 Whitecap WWTP UV Improvements Project – E10179 3. Provide not less than 4 weld lugs for each grating section composed of rectangular bear- ing bars 3/16 inch or less in thickness and spaced less than 15/16 inch o.c., with each lug shop welded to 3 or more bearing bars. Interrupt intermediate bearing bars as neces- sary for fasteners securing grating to supports. 4. Provide not less than four flange blocks for each section of aluminum I-bar grating, with block designed to fit over lower flange of I-shaped bearing bars. 5. Furnish threaded bolts with nuts and washers for securing grating to supports. 6. Furnish self-drilling fasteners with washers for securing grating to supports. 7. Furnish galvanized malleable-iron flange clamp with galvanized bolt for securing grating to supports. Furnish as a system designed to be installed from above grating by one person. a. Available Product: Subject to compliance with requirements, a product that may be incorporated into the Work includes, but is not limited to, "Grate-Fast" by Lindapter North America, Inc. C. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. 1. Edge-band openings in grating that interrupt four or more bearing bars with bars of same size and material as bearing bars. D. Do not notch bearing bars at supports to maintain elevation. E. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts to permit grating removal without disturbing items penetrating gratings. 2.08 GRATING FRAMES AND SUPPORTS A. Frames and Supports for Metal Gratings: Fabricate from metal shapes, plates, and bars of welded construction to sizes, shapes, and profiles indicated and as necessary to receive grat- ings. Miter and weld connections for perimeter angle frames. Cut, drill, and tap units to re- ceive hardware and similar items. 1. Unless otherwise indicated, fabricate from same basic metal as gratings. 2. Equip units indicated to be cast into concrete with integrally welded anchors. Unless otherwise indicated, space anchors 24 inches o.c. and provide minimum anchor units in the form of steel straps 1-1/4 inches wide by 1/4 inch thick by 8 inches long. B. Galvanize steel frames and supports. 2.09 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum As- sociation for designating aluminum finishes. B. Class I, Clear Anodic Finish: AA-M12C22A41 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 2.10 STEEL FINISHES Gratings 05 53 00-T - 6 Whitecap WWTP UV Improvements Project – E10179 A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish frames and supports after assembly. C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the hot-dip pro- cess complying with ASTM A 123. 3.00 EXECUTION 3.01 INSTALLATION, GENERAL A. Fastening to In-Place Construction: Provide anchorage devices and fasteners where neces- sary for securing gratings to in-place construction. Include threaded fasteners for concrete and masonry inserts, through-bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing gratings. Set units accurately in location, alignment, and elevation; measured from estab- lished lines and levels and free of rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into con- crete or masonry. D. Fit exposed connections accurately together to form hairline joints. 1. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade the surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. F. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. 3.02 INSTALLING METAL BAR GRATINGS A. General: Install gratings to comply with recommendations of referenced metal bar grating standards that apply to grating types and bar sizes indicated, including installation clearanc- es and standard anchoring details. B. Attach removable units to supporting members with type and size of clips and fasteners in- dicated or, if not indicated, as recommended by grating manufacturer for type of installation conditions shown. Gratings 05 53 00-T - 7 Whitecap WWTP UV Improvements Project – E10179 C. Attach nonremovable units to supporting members by welding where both materials are same; otherwise, fasten by bolting as indicated above. 3.03 ADJUSTING AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION Division 07-T Joint Sealants 07 92 00-T - 1 E10179 – Whitecap WWTP UV Improvements Project 07 92 00 -T JOINT SEALANTS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes joint sealants for the [applications indicated in the Joint-Sealant Schedule at the end of Part 3. 1. Exterior joints in the following vertical surfaces and horizontal non-traffic surfaces: 2. Construction joints in cast-in-place concrete. a. Control and expansion joints in unit masonry. b. Joints between different materials listed above. c. Perimeter joints between materials listed above and frames of doors, windows] and louvers. d. Control and expansion joints in overhead surfaces] e. Other joints as indicated. 3. Exterior joints in the following horizontal traffic surfaces: 4. Isolation and contraction joints in cast-in-place concrete slabs. 5. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces: 6. Control and expansion joints on exposed interior surfaces of exterior walls. a. Perimeter joints of exterior openings where indicated. b. Vertical joints on exposed surfaces of interior unit masonry partitions. c. Perimeter joints between interior wall surfaces and frames of interior doors] and windows. 7. Interior joints in the following horizontal traffic surfaces: 8. Isolation joints in cast-in-place concrete slabs. B. Related Sections include the following: 1. Division 32 Section "Concrete Paving Joint Sealants" for sealing joints in pavements, walkways, and curbing. 1.03 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight con- tinuous joint seals without staining or deteriorating joint substrates. B. Provide joint sealants for interior applications that establish and maintain airtight and wa- ter-resistant continuous joint seals without staining or deteriorating joint substrates. Joint Sealants 07 92 00-T - 2 E10179 – Whitecap WWTP UV Improvements Project 1.04 SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured seal- ants showing the full range of colors available for each product exposed to view. C. Preconstruction Field Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on preconstruction testing specified in "Quality Assurance" Article. D. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the follow- ing: 1. Materials forming joint substrates and joint-sealant backings have been tested for com- patibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Field Test Report Log: For each elastomeric sealant application. F. Product Test Reports: Based on comprehensive testing of product formulations performed by a qualified testing agency, indicating that sealants comply with requirements. G. Warranties: Special warranties specified in this Section. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for installation of elastomeric sealants required for this Project. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Preconstruction Compatibility and Adhesion Testing: Submit to joint-sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test method to determine whether priming and other spe- cific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 2. Submit not fewer than four pieces of each type of material, including joint substrates, shims, joint-sealant backings, secondary seals, and miscellaneous materials. 3. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 4. For materials failing tests, obtain joint-sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. 5. Testing will not be required if joint-sealant manufacturers submit joint preparation data that are based on previous testing of current sealant products for adhesion to, and compatibility with, joint substrates and other materials matching those submitted. Joint Sealants 07 92 00-T - 3 E10179 – Whitecap WWTP UV Improvements Project D. Preconstruction Field-Adhesion Testing: Before installing elastomeric sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Archi- tect. 2. Conduct field tests for each application indicated below: 3. Each type of elastomeric sealant and joint substrate indicated. a. Each type of nonelastomeric sealant and joint substrate indicated. 4. Notify Architect seven days in advance of dates and times when test joints will be erect- ed. 5. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193. a. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 6. Report whether sealant in joint connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 7. Evaluation of Preconstruction Field-Adhesion-Test Results: Sealants not evidencing ad- hesive failure from testing, in absence of other indications of noncompliance with re- quirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.06 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer or are below 40 deg F (5 deg C) 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for appli- cations indicated. 4. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.07 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric joint sealants that do not comply with performance and other require- ments specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special warranties specified in this Article exclude deterioration or failure of elastomeric joint sealants from the following: Joint Sealants 07 92 00-T - 4 E10179 – Whitecap WWTP UV Improvements Project 1. Movement of the structure resulting in stresses on the sealant exceeding sealant manu- facturer's written specifications for sealant elongation and compression caused by struc- tural settlement or errors attributable to design or construction. 2. Disintegration of joint substrates from natural causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incor- porated into the Work include, but are not limited to, products listed in other Part 2 articles. 2.02 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compat- ible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field experience. 2.03 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied chemically curing sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. B. Stain-Test-Response Characteristics: Where elastomeric sealants are specified to be non- staining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. C. Multicomponent Nonsag Neutral-Curing Silicone Sealant: 1. Products: 2. Dow Corning Corporation; 756 H.P. 3. Type and Grade: M (multicomponent) and P (pourable). 4. Class: 50. 5. Use Related to Exposure: NT (nontraffic). 6. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicat- ed, O. 7. Use O Joint Substrates: galvanized steel. D. Single-Component Pourable Neutral-Curing Silicone Sealant: 1. Products: 2. Dow Corning Corporation; 890-SL. a. Pecora Corporation; 300 Pavement Sealant (Self Leveling). Joint Sealants 07 92 00-T - 5 E10179 – Whitecap WWTP UV Improvements Project b. Dow Corning Corporation; SL Parking Structure Sealant. 3. Type and Grade: S (single component) and P (pourable). 4. Class: 100/50. 5. Uses Related to Exposure: NT and T (traffic). 6. Uses Related to Joint Substrates: M A and O, as applicable to joint substrates indicated. 7. Use O Joint Substrates: Galvanized steel. E. Single-Component Neutral- and Basic-Curing Silicone Sealant: 1. Products: a. Dow Corning Corporation; 790. b. GE Silicones; SilPruf LM SCS2700. c. Tremco; Spectrem 1 (Basic). d. GE Silicones; SilPruf SCS2000. e. Pecora Corporation; 864. f. Pecora Corporation; 890. g. Polymeric Systems Inc.; PSI-641. h. Sonneborn, Division of ChemRex Inc.; Omniseal. i. Tremco; Spectrem 3. j. <Insert manufacturer's name; product.> k. Dow Corning Corporation; 791. l. Dow Corning Corporation; 795 m. GE Silicones; SilPruf NB SCS9000. n. GE Silicones; UltraPruf II SCS2900. o. Pecora Corporation; 865. p. Pecora Corporation; 895. q. Pecora Corporation; 898. 2. Type and Grade: S (single component) and NS (nonsag). 3. Class: 100/50. 4. Use Related to Exposure: NT (nontraffic). 5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicat- ed, O. 6. Use O Joint Substrates:[galvanized steel. F. Single-Component Neutral-Curing Silicone Sealant: 1. Products: 2. Dow Corning Corporation; 799. 3. GE Silicones; UltraGlaze SSG4000. 4. GE Silicones; UltraGlaze SSG4000AC. 5. Polymeric Systems Inc.; PSI-631. 6. Schnee-Morehead, Inc.; SM5731 Poly-Glaze Plus. Joint Sealants 07 92 00-T - 6 E10179 – Whitecap WWTP UV Improvements Project 7. Tremco; Proglaze SG. 8. Tremco; Spectrem 2. 9. Tremco; Tremsil 600. 10. Type and Grade: S (single component) and NS (nonsag). 11. Class: 25. 12. Use Related to Exposure: NT (nontraffic). 13. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicat- ed, O. 14. Use O Joint Substrates: galvanized steel. G. Multicomponent Nonsag Urethane Sealant: 1. Products: 2. Pecora Corporation; Dynatrol II. a. Tremco; Dymeric 511. b. Tremco; Vulkem 922. 3. Type and Grade: M (multicomponent) and NS (nonsag). 4. Class: 50. 5. Use Related to Exposure: NT (nontraffic) and T (traffic). 6. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicat- ed, O. 7. Use O Joint Substrates: galvanized steel. H. Multicomponent Nonsag Urethane Sealant: 1. Products: 2. Bostik Findley; Chem-Calk 500. a. Pacific Polymers, Inc.; Elasto-Thane 227 R Type II (Gun Grade). b. Polymeric Systems Inc.; PSI-270. c. Tremco; Dymeric. 3. Type and Grade: M (multicomponent) and NS (nonsag). 4. Class: 25. 5. Additional Movement Capability: 40 percent movement in extension and 25 percent in compression for a total of 65 percent movement. 6. Use Related to Exposure: NT (nontraffic). 7. Uses Related to Joint Substrates: M, [ G, ]A, and, as applicable to joint substrates indi- cated, O. 8. Use O Joint Substrates: Galvanized steel. I. Single-Component Nonsag Urethane Sealant: 1. Products: 2. Sika Corporation, Inc.; Sikaflex - 1a. a. Sonneborn, Division of ChemRex Inc.; Ultra. Joint Sealants 07 92 00-T - 7 E10179 – Whitecap WWTP UV Improvements Project b. Sonneborn, Division of ChemRex Inc.; NP 1. c. Tremco; Vulkem 116. 3. Type and Grade: S (single component) and NS (nonsag). 4. Class: 25. 5. Uses Related to Exposure: T (traffic) and NT (nontraffic). 6. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicat- ed, O. 7. Use O Joint Substrates: galvanized steel. J. Single-Component Nonsag Urethane Sealant 1. Products: 2. Bostik Findley; Chem-Calk 900. a. Bostik Findley; Chem-Calk 915. b. Bostik Findley; Chem-Calk 916 Textured. c. Bostik Findley; Chem-Calk 2639. d. Pecora Corporation; Dynatrol I-XL. e. Polymeric Systems Inc.; Flexiprene 1000. f. Polymeric Systems Inc.; PSI-901. g. Schnee-Morehead, Inc.; Permathane SM7100. h. Schnee-Morehead, Inc.; Permathane SM7108. i. Schnee-Morehead, Inc.; Permathane SM7110. j. Sika Corporation, Inc.; Sikaflex - 15LM. k. Tremco; DyMonic. l. Tremco; Vulkem 921. m. Tremco; Vulkem 931. 3. Type and Grade: S (single component) and NS (nonsag). 4. Class: 50. 5. Use Related to Exposure: NT (nontraffic). 6. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates indicat- ed, O. 7. Use O Joint Substrates: galvanized steel. 2.04 JOINT-SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applica- tions indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type [C (closed-cell material with a surface skin)] [O (open-cell material)] [B (bicellular material with a surface skin)][ or any of the preceding types, as approved in writing by joint-sealant manufacturer for joint application indicated], and of size and density to control sealant depth and otherwise contribute to producing op- timum sealant performance: Joint Sealants 07 92 00-T - 8 E10179 – Whitecap WWTP UV Improvements Project C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant man- ufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 2.05 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant- substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of seal- ants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and for- mulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and sur- faces adjacent to joints. 3.00 EXECUTION 3.01 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint-sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following require- ments: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capa- ble of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free com- pressed air. Porous joint substrates include the following: 3. Concrete. a. Masonry. 4. Remove laitance and form-release agents from concrete. Joint Sealants 07 92 00-T - 9 E10179 – Whitecap WWTP UV Improvements Project 5. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: 6. Metal. B. Joint Priming: Prime joint substrates , where recommended in writing by joint-sealant manu- facturer, based on preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.03 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of type indicated to support sealants during application and at posi- tion required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uni- form beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise in- dicated. 4. Provide flush joint configuration where indicated per Figure 5B in ASTM C 1193. Joint Sealants 07 92 00-T - 10 E10179 – Whitecap WWTP UV Improvements Project 5. Provide recessed joint configuration of recess depth and at locations indicated per Fig- ure 5C in ASTM C 1193. 6. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.04 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed elastomeric sealant joints as follows: 2. Perform 4 tests for each type of elastomeric sealant and joint substrate. 3. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab in Appendix X1 in ASTM C 1193. 4. For joints with dissimilar substrates, verify adhesion to each substrate separately; do this by extending cut along one side, verifying adhesion to opposite side. Repeat proce- dure for opposite side. 5. Repair sealants pulled from test area by applying new sealants following same proce- dures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other re- quirements. Retest failed applications until test results prove sealants comply with indicat- ed requirements. 3.05 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.06 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating sub- stances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such pro- tection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.07 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application: Exterior vertical and horizontal nontraffic construction joints in cast-in-place concrete. Colors are to match the material being sealed. 1. Joint Sealant: Multicomponent nonsag neutral-curing silicone sealant, Multicomponent nonsag immersible urethane sealant or Single-component nonsag urethane sealant. B. Joint-Sealant Application: Exterior vertical control and expansion joints in unit masonry. Joint Sealants 07 92 00-T - 11 E10179 – Whitecap WWTP UV Improvements Project 1. Joint Sealant: Single-component neutral- and basic-curing silicone sealant or Single- component nonsag urethane sealant. C. Joint-Sealant Application: Exterior vertical joints between different materials listed above. 1. Joint Sealant: Single-component neutral- and basic-curing silicone sealant,Single- component nonsag urethane sealant. D. Joint-Sealant Application: Exterior perimeter joints between masonry and frames of doors windows and louvers. 1. Joint Sealant: Single-component neutral- and basic-curing silicone seal- ant,Multicomponent nonsag urethane sealant or Single-component nonsag urethane sealant. E. Joint-Sealant Application: Vertical control and expansion joints on exposed interior surfaces of exterior walls. 1. Joint Sealant: Single-component neutral-curing silicone sealant or Multicomponent nonsag urethane sealant or. F. Joint-Sealant Application: Interior perimeter joints of exterior openings. 1. Joint Sealant: Single-component neutral- and basic-curing silicone sealant or Multicom- ponent nonsag urethane sealant. G. Joint-Sealant Application: Vertical joints on exposed surfaces of interior unit masonry and concrete walls. 1. Joint Sealant: Single-component neutral- and basic-curing silicone sealant, Multicompo- nent nonsag urethane sealant or Single-component nonsag urethane sealant. H. Joint-Sealant Application Perimeter joints between interior wall surfaces and frames of in- terior doors and windows. 1. Joint Sealant: Latex sealant. END OF SECTION Division 09-T High Performance Coatings 09 96 00-T - 1 E10179 - Whitecap WWTP UV Improvements Project 09 96 00-T HIGH PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B. Protective coatings shall be applied to the following surfaces: 1. Metal surfaces located outside of buildings and other structures anywhere on the project site. 2. Structural steel located in the following areas : Canopy at Activated Sludge, Canopy at UV Disinfection, Sludge Handing Building, Maintenance Building, Electrical Building 3. New piping, except PVC and Stainless Steel 4. Concrete surfaces shall have a protective coating applied at the interior surfaces of the Headworks Facility and the Lift Station and other structures as called out on the drawings. Protective coating shall be RAVEN 705CA and RAVEN 405 manufactured by RAVEN LINING SYSTEMS 13105 E. 61 st Street Suite A, Broken Arrow, OK 74012, 1-800- 324-2810, or an approved equal. 5. For concrete surfaces not covered by this specification section, refer to Section 03 30 00, CAST-IN-PLACE CONCRETE. 6. Existing piping systems: Aerated Sludge Holding Tank associated piping C. Special applications for painting include the following: 1. Aluminum surfaces in contact with or embedded in concrete shall be treated in accordance with Section 03 30 00, CAST-IN-PLACE CONCRETE. 2. Buried pipe and valves shall receive a shop applied protective coating as described in the appropriate section of the specifications. D. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It shall be the Contractor's responsibility to determine if the materials to be disposed of are classified as hazardous waste. Disposed of waste, hazardous or otherwise, shall be in accordance with applicable regulations. The Contractor shall be aware of and understand the regulations concerning disposal of waste generated by coating operations. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers. Products which meet the specifications manufactured by the following companies will be acceptable: 1. Tnemec Company, Inc. 2. Carboline 3. Ameron International Performance Coatings and Finishes Group 4. The Sherwin-Williams Company 5. International Paint, LLC High Performance Coatings 09 96 00-T - 2 E10179 - Whitecap WWTP UV Improvements Project 6. ICI Devoe High Performance Coatings 7. Plasite Protective Coatings B. Applicator’s Qualifications 1. Applicators shall be certified for the installation of the coating materials and qualified in this line of work and have a minimum of five (5) years’ experience in the application of the protective coatings of the types specified herein. Submit the certification by the manufacturer and a list of recent projects and names of references for those projects. C. Product Quality 1. Use only the coatings specified in this section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material shall not show excessive settling in a freshly opened full can and shall be easily redispersed with a paddle to a smooth, homogeneous state. It shall show no curdling, livering, caking, or color separation and shall be free of lumps or skim surfaces. D. Testing. Protective coatings shall be applied under quality control procedures, which includes inspection of surface preparation and for each coat. Do not proceed with the next step until the Engineer has approved the previous step. The Contractor shall be solely responsible for testing for this section, at no further cost to the Owner. The Engineer shall also make such tests if it is considered necessary. Cooperate with the Engineer, providing equipment, scaffolds, and other equipment as requested by the Engineer. E. Testing Equipment. Furnish the testing apparatus necessary for testing coatings, including the following: 1. One (1) set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Five (5) wet-film thickness gauges. Give one (1) to Owner's representative. Each painter shall keep one (1) to test paint as it is applied. 3. One (1) dry film thickness gauge, Mikrotest III, 0 - 40 mils with calibration standard approved by the Bureau of Standards. 4. One (1) Bacharach Sling Psychrometer, Model 12-7011. 5. Tinker and Rasor Model M-1 Holiday Detector and recommended wetting agent. 6. One (1) set of SSPC-VIS 1-89 Visual Standards for Abrasive Blast Cleaned Steel. F. Testing Reports. Submit an inspection report for each coating applied on the project. The testing report shall be completed on a form furnished by the Engineer and shall bear the signature of the Contractor and the Owner's Representative. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01, SUBMITTAL REGISTER and shall include: High Performance Coatings 09 96 00-T - 3 E10179 - Whitecap WWTP UV Improvements Project 1. Manufacturer's product data sheet for each paint type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, and other instructions. 2. Color charts of each paint type. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI American National Standards Institute, 25 West 43 rd Street, New York, NY 10036 NACE National Association of Corrosion Engineers, 1440 South Creek Drive, Houston, TX 77084-4906 OSHA Occupational Safety and Health Administration, U.S., Department of Labor, 200 Constitution Avenue, NW, Washington DC 20210 SSPC The Society for Protective Coatings, 40 24 th Street, 6 th Floor, Pittsburgh, PA 15222-4656 In the event of a conflict between the published standards, codes, and this specification, the more stringent requirement shall govern. 1.05 DELIVERY AND STORAGE A. Deliver coating products to the site in original unopened containers, with manufacturer's label and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. B. Use one (1) location at each site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances shall they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids shall comply with the City, State, or other fire codes. 1.06 JOB CONDITIONS A. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the specifications. Coating products of the same type shall be supplied by the same manufacturer. Do not mix products from different sources. Apply finish coats in the field. The Owner shall select colors. B. Primers factory-applied to equipment shall be those specified. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field- applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this section, remove the factory-applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. C. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent High Performance Coatings 09 96 00-T - 4 E10179 - Whitecap WWTP UV Improvements Project corrective procedures shall be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. D. Surfaces which will be inaccessible after installation shall be coated prior to installation, or shall be coated and approved in stages as the work is installed. E. The Engineer shall approve surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer's approval shall be stripped back to bear metal and repainted. F. At least one (1) week shall be allowed for drying of finished surfaces before any machinery can be placed into service. G. Do not apply coating over nameplates or other identification plaques. Mask such plates and keep protected. Remove tape and polish nameplates after painting is complete. H. Environmental Conditions 1. Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings and thoroughly clean prior to application of coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in the manufacturer's printed data. 3. Do not apply any coatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer's recommendations and the provisions of this specification. Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when there is dust in the air. Surfaces exposed to direct sunlight shall be shaded by awnings or other protective devices while coatings are being applied. When necessary, provide temporary heating devices of a type that produces no fumes which will discolor the paint system. 4. Apply coatings to surfaces which will be under water constantly or which periodically will be under water during operation of the project in accordance with requirements for submerged structures to a point 1'-0" above the maximum water level. Mask the line of demarcation between the coating systems to a straight level line. I. Working Conditions 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion-proof lighting when required. 2. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. High Performance Coatings 09 96 00-T - 5 E10179 - Whitecap WWTP UV Improvements Project 1.07 GUARANTEES A. Protective coating shall be guaranteed for a period of two (2) years from the date of the Owner's acceptance of the project or the standard manufacturer’s guarantee if greater than two years. B. A warranty inspection shall be conducted in the eleventh month following completion of painting and coatings. Any defective work discovered at this date shall be corrected by the Contractor in accordance with the specifications at no additional cost to the Owner. Other corrective measures may be required during the two (2) year warranty period. 2.00 PRODUCTS 2.01 MATERIALS Materials shall be the manufacturer's top of line quality products, as listed herein. Products used on this project shall be as indicated below. Primers and finish coats shall be manufactured by the same manufacturer. Coatings shall be from the same batch. Products shall be as follows: TYPE A ALKYD-PHENOLIC UNIVERSAL PRIMER Tnemec Series 1 Purple Prime Sherwin-Williams Kem Kromik Universal International Paint, LLC Interlac 573 ICI Devoe Devguard 4165 Carboline Rustbond 8HB Ameron Amercoat 185HS TYPE B EPOXY-POLYAMIDE PRIMER Tnemec Series 66 Sherwin-Williams Copoxy Primer International Paint, LLC Intergard 251; Intergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping ICI Devoe Devran 201 Carboline 893 Ameron Amerlock 400/2 TYPE C ALKYD ENAMEL Tnemec Series 23 Enduratone Sherwin-Williams DTM Alkyd Enamel International Paint, LLC Interlac 665 ICI Devoe Devguard 4308 Carboline DTM58 Ameron Amercoat 5450 TYPE D EPOXY-POLYAMIDE COATINGS Tnemec Series 66 Sherwin-Williams Macropoxy 646 Epoxy International Paint, LLC Intergurd 475HS; Interseal 670HS for valves and gates, PVC pipe and conduit, submerged structural High Performance Coatings 09 96 00-T - 6 E10179 - Whitecap WWTP UV Improvements Project steel and misc. metals, and submerged piping ICI Devoe Devran 224 HS Carboline 890 Ameron Amercoat 395FD TYPE E EPOXY-POLYAMIDE COATINGS FOR POTABLE WATER Tnemec Series N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy International Paint, LLC Interline 850 or Interseal 670HS (NSF colors) ICI Devoe Bar-Rust 233H Carboline 891 Ameron Amerlock 400/2 TYPE F EPOXY-POLYAMIDE COATINGS FOR WALKING SURFACES Tnemec Series 66 Hi-Build Epoxoline Sherwin-Williams Tile Clad HS International Paint, LLC Interseal 670HS ICI Devoe Devoe AST 250 Non-Skid Carboline 890 Ameron Amerlock 400/2 w/886 Non-Skid Additive TYPE G HIGH BUILD ACRYLIC POLYURETHANE ENAMEL Tnemec Series 73 Endura-Shield Sherwin-Williams Hi-Solids Polyurethane International Paint, LLc Interthane 870HS ICI Devoe Devthane 359 Carboline 133HB Ameron Amercoat 450H TYPE H ALIPHATIC POLYURETHANE ENAMEL Tnemec Series 1074 Endura-Shield II Sherwin-Williams Hi-Solids Polyurethane International Paint, LLC Interthane 990HS ICI Devoe Devthane 379UVA Carboline 134 HS Ameron Amercoat 450H TYPE I MODIFIED ACRYLIC COATINGS Tnemec Series 29 Tuferyl Sherwin-Williams DTM Acrylic ICI Devoe Devflex 4206 Ameron Amercoat 220 Carboline 3359 International Paint, LLC Intercryl 520 TYPE J SILICONE ALUMINUM COATINGS FOR HIGH TEMPERATURE Tnemec Series 39 Silicon Aluminum High Performance Coatings 09 96 00-T - 7 E10179 - Whitecap WWTP UV Improvements Project Sherwin-Williams Silver Brite Aluminum B59S8 International Paint, LLC Intertherm 50 ICI Devoe Devoe HT-12 Ameron Amercoat 878 Carboline 4674 TYPE K EPOXY CONCRETE COATING Tnemec Series 46H-413 Hi-Build Tneme-Tar Sherwin-Williams Tar Guard Epoxy International Paint, LLC Interzone 954 ICI Devoe Devtar 247 Ameron Amercoat 78HB Coal Tar Epoxy TYPE L EPOXY CONCRETE COATING - HFS Tnemec Series 434/435 Perma-Shield System 2.02 COLOR SELECTION A. The color chart shall include the complete available range of colors, including tints and shades. The Owner shall select the colors. B. Use a multi-color system coatings for any surface receiving more than one (1) coat. Each coat shall be tinted differently from the preceding coat in a manner that will allow the various coats to be easily distinguished. Colors shall generally be from light to dark shades, but the Contractor may have the option to select tint shades to insure coats will receive adequate coverage without bleeding or otherwise showing through the preceding coat. C. Piping and equipment shall be color-coded in accordance with the requirements of the Texas Commission on Environmental Quality (TCEQ). 2.03 TYPE M - EPOXY LINING A. All interior concrete surfaces of the Headworks Facility and the Influent Lift Station and all other structures as called out on the drawings shall be coated as required in this specification. 1. Cementitious Resurfacing Material: Provide a resurfacing material to fill cavities and resurface exposed aggregate to rehabilitate substrate providing a suitable surface for the application of polymer topcoat; acid resistant reinforced calcium aluminate RAVEN 705CA manufactured by RAVEN LINING SYSTEMS, or approved equal. 2. Topcoat Material: Coating shall be RAVEN 405 manufactured by RAVEN LINING SYSTEMS, Neopoxy NPR-5303, or an approved equal meeting the following requirements: a. Provide a high build epoxy coating that is 100 percent solids epoxy formulated with high physical strengths and a broad range of chemical resistance. Manufactures shall have single manufactured products for underlayment of cements and epoxy top coat to insure material compatibility. b. The epoxy coating must be suitable for over head, vertical and horizontal surfaces, and capable of being spray applied, brush or rolled at a specified thickness over 120 mils in a single application. High Performance Coatings 09 96 00-T - 8 E10179 - Whitecap WWTP UV Improvements Project c. The epoxy coating must provide a permanent impermeable, high strength, monolithic lining for concrete structures that is resistant to sulfuric acid corrosion, abrasion and impact resistant. d. Performance Testing: the proposed alternate epoxy coating must be certified to meet or exceed a temperature resistance of 200°F and the following ASTM specifications: Acid Resistant Calcium Aluminate Cement Flexural Strength ASTM C496 >1650 psi Compressive Strength ASTM C109 >9200 psi @ 28 days Tensile Strength ASTM C293 >685 psi Shrinkage @ 90% R.H. ASTM C596 0% Bond ASTM C882 >4000 psi Freeze/Thaw ASTM C666 100 Cycles, no visible damage Density of Wet Mix 129-139 lbs/cubic feet Applied Density 135pfc +o- 5 100 Percent Solids Epoxy Flexural Strength ASTM D790 13,000 psi Compressive Strength, Yield ASTM D695 18,000 psi Tensile Strength ASTM D638 7,600 psi Tensile Ultimate Elongation ASTM D638 1.5 % Hardness, Shore D ASTM D2583 88 Impact, IZOD ASTM D256 3.8gms/sq.m. per 24 hrs Water Vapor Transmission ASTM D1653, Method B <112 mg loss Taber Abrasion, CS17 Wheel ASTM D4060 Substrate Failure Adhesion ASTM D4541 13,000 psi 3.00 EXECUTION 3.01 PREPARATION A. Thoroughly clean surfaces before applying coating. Where field cleaning is required, apply one (1) coat of shop primer to the surface to protect the surface until field cleaning is performed. B. Each surface shall have a primer, except in the instance where field cleaning is required and the manufacturer's printed literature states that the coating may be applied without a primer and approval of the Engineer is obtained. Shop-applied primer shall be thoroughly cleaned of oil, grease, and other contaminants, and nicks or other defects shall be spot- primed before subsequent coats are applied. C. Thoroughly clean surfaces that are blasted of abrasive material, and apply coating to surfaces before any corrosion occurs on the surface. Apply coatings no later than the same day they are blasted. In the event that surfaces are not coated immediately after cleaning, and rust reforms on the blasted surfaces, re-blast surfaces. Remove abrasives used in the blasting operations, rust, scale, and other foreign materials accumulating from the cleaning operations from the site. Sweep abrasive blasted surfaces clean after blasting is complete. High Performance Coatings 09 96 00-T - 9 E10179 - Whitecap WWTP UV Improvements Project D. The adequacy of the preparation of surfaces shall be determined by comparing the surface with SSPC-Vis-1 "Pictorial Surface Preparation Standards for Painting Steel Surfaces". Prepare surfaces in accordance with the following requirements: 1. TYPE SP1 NEAR WHITE BLASTING: Surfaces shall receive one (1) coat of sacrificial rust inhibitive shop primer to protect the surfaces until time for cleaning and preparation of surfaces at the project site. Metal surfaces shall be cleaned to a "Near White" condition by abrasive blasting in accordance with SSPC SP10 "Near White Blast Cleaning", using 16 to 35 mesh grit. Take precautions to prevent gouging and channeling of metal. The resulting surface profile shall be in accordance with the coating manufacturer's recommendations. Protect soft metal parts, gears or other parts of the equipment that may be damaged by the cleaning process or by the introduction of grit or dust. Replace any oils or lubricants that are contaminated by the cleaning process. 2. TYPE SP1A: Equipment that contains mechanical parts that would be damaged by field cleaning may be factory-blasted to a "Near White" condition by abrasive blasting before the equipment is assembled. Apply a single coat of primer that is compatible with the next coat to the surface and allow to thoroughly cure before assembly or shipping. This type of surface preparation may only be performed on the sensitive components. All other components will be prepared in accordance with Type SP1 Near White Blasting. 3. TYPE SP2 COMMERCIAL BLAST CLEANING: Thoroughly clean metal surfaces of mill scale, rust, and other foreign matter by abrasive blasting to gray metal in accordance with SSPC-SP6 "Commercial Blast Cleaning". Perform abrasive blasting after erection, unless otherwise approved by the Engineer. 4. TYPE SP3 CONCRETE SURFACES: Thoroughly cure concrete surfaces prior to application of coatings. Allow a minimum of 30 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings shall be dry and shall be prepared by light abrasive blasting in accordance with SSPC-SP7 "Brush Blast Cleaning". Blasting shall be sufficient to remove dirt, dust, efflorescence, oil, grease, stains, and other foreign matter and shall provide adequate surface roughening for good adhesion. 5. TYPE SP4 SHOP PREPARATION OF METAL SURFACES: Exterior metal surfaces, except those specified for field preparation, may be shop cleaned by blasting to a gray metal finish in accordance with SSPC-SP-6 "Commercial Blast Cleaning", as described above. The blasted surface shall be primed immediately as scheduled. 6. TYPE SP5 FIELD PREPARATION OF SHOP PRIMED SURFACES: Slag and weld metal accumulations and splatters not removed by the fabricator shall be removed in the field by chipping or grinding. Sharp edges shall be peened, ground or otherwise blunted. Areas adjacent to welds or any area where shop primer has been damaged shall be thoroughly cleaned in accordance with SSPC SP2 "Hand Tool Cleaning" preparation and reprimed. In order to prevent injury to surrounding painted surfaces, blast cleaning may require the use of a lower air pressure, a shorter blast distance to the surface, and shielding and masking. If damage is too extensive or uneconomical to touch-up, the entire item shall be recleaned and coated in accordance with the provisions of these specifications. Welds and irregular surfaces shall receive a field coat of the specified primer prior to the application of the first field coat. High Performance Coatings 09 96 00-T - 10 E10179 - Whitecap WWTP UV Improvements Project 3.02 APPLICATION A. Surface preparation and application of coatings shall be in accordance with applicable standards of the Society for Protective Coatings (SSPC) and the manufacturer's recommendations. Do not apply the prime coat until the Owner's field representative is notified and approval is obtained for the surface preparation. Coating shall be applied by skilled workmen and shall be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. Apply coating by brush or spray as noted in the specifications. B. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats shall not to be applied before notifying the Owner's field representative and obtaining approval. Each coat shall be tested before the successive coat is applied. C. Each coat shall be thoroughly dry before application of the successive coat. The full drying time recommended by the manufacturer shall be allowed. Sand enamel between coats. D. Protect adjacent materials from damage, including over spray or spillage. Provide drop cloths or other protective tarps to cover floors, equipment or other adjacent materials. 3.03 PIPE PAINTING A. Paint piping exposed or occasionally exposed to the atmosphere in any location in the plant. Paint shall be of the appropriate type for the pipe material as specified. B. Exposed plastic (PVC & CPVC) Pipe 1. Surface Preparation: Hand sand to roughen pipe surface. Clean as per SSPC-SP1 Solvent Clean with a suitable solvent to remove all inked numbers and provide a surface profile. 2. Coating System: First Coat: Tnemec Series 66 Hi-Build Epoxoline, International Interseal 670HS, or approved equal applied at 3.0 to 4.0 dry mils. Second Coat: Tnemec Series 73 Endura-Shield, International Interthane 990HS or approved equal applied at 2.0 to 3.0 dry mils. C. Paint color shall be as follows: Pipe System Description Color Sludge Brown Gas Red Potable Water Blue Chlorine Yellow Sewage Gray Compressed Air Green Heating Water Blue w/ 6" Red Band spaced 30” apart Power Conduit Orange 3.04 FIELD QUALITY CONTROL A. Field Tests. Make wet-film tests during painting operations to assure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness High Performance Coatings 09 96 00-T - 11 E10179 - Whitecap WWTP UV Improvements Project with a non-destructive, magnetic type thickness gauge. The total dry-film thickness for each coat shall not be less than 75% of the amount specified. If the thickness is less than 75%, apply additional coats until the total specified thickness is obtained. The total thickness after the final coat has been applied shall be 100% of the thickness specified, minimum. Apply additional coats until the specified thickness is reached or exceeded. B. Holiday Testing. Test the entire surface of coated submerged metal structures with a holiday detector. For thickness between 10 and 20 Mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the holiday detector manufacturer shall be added to the water prior to wetting the detector sponge. Mark and repair pinholes in accordance with the manufacturer's printed instructions, then retest pinholes. No pinholes or other irregularities shall be permitted in the final coats. Areas containing holidays shall receive additional coats until tests indicate no holidays. 3.05 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from painting operation from the site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B. Remove paint containers and waste products. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. 3.06 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule: High Performance Coatings 09 96 00 - 12 COR12313 – Whitecap WWTP UV Improvements Project 10/15/15 PROTECTIVE COATINGS PAINT SCHEDULE SPEC NO. PREPN O. SURFACE DESCRIPTION APPLICATION VEHICLE TYPE SHEEN NO. OF COATS PRODUCT TYPE DFT (MILS) SS-1 SP2 or SP4 Structural Steel EXTERIOR AND INTERIOR Brush or Spray Alkyd Pheonolic Gloss 1 2 3 TYPE A TYPE C TYPE C 2.0 3.0 3.0 Total Dry Film Thickness 8.0 mils SS-2 SP2 or SP4 Equipment, Pumps, Motors, Valves and Piping INTERIOR AND EXTERIOR Brush or Spray Arcylic Polyurethane Gloss 1 2 3 TYPE B TYPE D TYPE G 2.0 4.0 3.0 Total Dry Film Thickness 9.0 mils SS-3 SP2 or SP4 Structural Steel and Miscellaneous Metals ABOVE WATER SURFACES Brush or Spray Acrylic Polyurethane Gloss 1 2 3 TYPE B TYPE D TYPE G 2.0 5.0 3.0 Total Dry Film Thickness 10.0 mils SS-4 SP1 Structural Steel and Miscellaneous Metals SUBMERGED Brush or Spray Epoxy Polyamide Gloss 1 2 3 TYPE B TYPE D TYPE D 2.0 5.0 5.0 Total Dry Film Thickness 12.0 mils SS-5 SP1 Piping SUBMERGED Brush or Spray Epoxy Polyamide Gloss 1 2 3 TYPE B TYPE D TYPE D 2.0 5.0 5.0 Total Dry Film Thickness 12.0 mils SS-6 SP1A Valves and Gates Brush or Spray Epoxy Polyamide Gloss 1 2 3 TYPE B TYPE D TYPE D 2.0 5.0 5.0 Total Dry Film Thickness 12.0 mils SS-7 SP1 Water Storage Tanks SUBMERGED OR ABOVE WATER Brush or Spray Epoxy Polyamide Gloss 1 2 TYPE E TYPE E 6.0 6.0 Total Dry Film Thickness 12.0 mils SS-8 SP2 Water Storage Tanks EXTERIOR Brush or Spray Epoxy Polyamide Polyurethane Gloss 1 2 3 TYPE B TYPD D TYPE H 2.0 5.0 2.5 Total Dry Film Thickness 9.5 mils SS-9 SP3 Concrete Floor Surfaces of Chemical Storage Area INTERIOR Brush or Spray Epoxy Polyamide Gloss 1 TYPE F 5.0 mils Total Dry Film Thickness 5.0 mils High Performance Coatings 09 96 00-T - 13 COR12313 – Whitecap WWTP UV Improvements Project 10/15/15 SPEC NO. PREPN O. SURFACE DESCRIPTION APPLICATION VEHICLE TYPE SHEEN NO. OF COATS PRODUCT TYPE DFT (MILS) SS-10 SP3 Concrete Surfaces as follows: INTERIOR 1. Walls, beams, and slabs on interior surfaces of Headworks Facility 2. Walls, beams, and slabs on interior surfaces of Plant Lift Station Brush or Spray 100% Solids Epoxy Text. 1 (per manufacturer’s recommendations) TYPE M 120 SS-11 SP1 High Temperature Surfaces Brush Silicone Alum. 1 2 TYPE J TYPE J 1.5 1.5 Total Dry Film Thickness 3.0 mils SS-12 SP4 Electrical Equipment EXTERIOR Brush Alkyd Enamel Gloss 1 2 3 TYPE A TYPE C TYPE C 2.0 3.0 3.0 Total Dry Film Thickness * SS-13 * PVC Pipe and Conduit EXTERIOR AND INTERIOR * * * * * * Total Dry Film Thickness * SS-14 SP3 Concrete surfaces as follows: Brush or Spray Epoxy 1 2 TYPE L TYPE L 5.0 25.0 Total Dry Film Thickness 30.0 mils * See Paragraph 3.03B or 3.04B END OF SECTION Division 23-T Diesel Fuel System 23 11 13-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 23 11 13-T DIESEL FUEL SYSTEM PART 1 - GENERAL 1.1 REFERENCES A. All publications listed in the text form a part of this specification to extent referenced. Publications are referred to within the text by basic designation only. 1.2 SUBMITTALS A. Submit the following: 1. Product Data: Aboveground storage tank, Aboveground storage tank Accessories, Pipe and fittings, Valves, miscellaneous equipment, and leak detection monitoring system. 2. Test Reports: Pneumatic test, Leak detection monitoring system test, Operational test 3. Certificates: Permits, Personnel license/certification 4. Operation and Maintenance Data: Leak detection monitoring system. 1.3 QUALITY ASSURANCE A. Standard Products: Material and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of the products. Materials shall be resistant to diesel fuel and gasoline. Completed installation shall conform to applicable requirements of NFPA 30 and NFPA 30A. B. Permitting: Contractor shall obtain necessary permits in conjunction with installation of petroleum piping as may be required by federal, state, or local authority. Submit copy of permits to the Contracting Officer. C. Licensed Personnel: Personnel required to install petroleum piping shall be licensed/certified by the state when the state requires licensed installers. D. Safety: Ensure employees are trained in requirements of 29 CFR 1910.1200 and understand information contained in material safety data sheets for their protection against toxic and hazardous chemical effects. Diesel Fuel System 23 11 13-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 PART 2 - PRODUCTS 2.1 PRODUCT CARRIER PIPE AND FITTINGS A. Steel Pipe: Black carbon steel, ASTM A 53, Type E or S, Grade A or B, or API SPEC 5L, seamless or electric-weld, Grade A or B, Schedule 40. B. Joint Compound: Joint compound for piping system shall be resistant to water and be suitable for use with fuel containing 40 percent aromatics. C. Flange Gaskets: Provide non-asbestos compressed material in accordance with ASME B16.21, 1/16 inch thickness, full face or self-centering flat ring type. Gaskets shall contain aramid fibers bonded with styrene butadiene rubber (SBR) or nitrite butadiene rubber (NBR). NBR binder shall be used for hydrocarbon service. D. Flexible Connectors: Flexible metal hose, corrugated type with braided wire sheath covering, close-pitch annular corrugations, rated for working pressure of at least 125 psig, 12 inch minimum live length, threaded end connections and shall conform to requirements of UL 567. Metal for hose and braided wire sheath shall be ANSI 300 series stainless steel. Listed for above ground storage tank installation 2.2 VALVES A. Valves shall be Class 150. Gate valves shall be wedge disc type, union bonnet, inside screw, rising stem, and shall have threaded ends with an "O"-ring seal. Check valves shall be synthetic disc, swing check type with screwed ends. Valve body shall be bronze. Provide UL listed emergency shut-off valve in accordance with NFPA 30 with stainless steel main spring, fusible link, and test port. 2.3 MISCELLANEOUS EQUIPMENT A. Emergency Shut-Off Valves. Emergency shut-off valves shall be OPW lOBP Series or approved equal. B. Flexible Connectors. Flexible connectors shall be Titeflex, Containment Technologies, Total Containment or approved equal. 2.4 ABOVEGROUND STORAGE TANK AND ACCESSORIES. A. Acceptable Manufacturers: ConVault, or Approved Equal. B. Provide aboveground concrete vaulted fuel storage tank. Tank shall be factory- fabricated, have factory installed insulation, and be factory tested for capacity. Diesel Fuel System 23 11 13-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. The aboveground vaulted tank shall be steel tank contained in a vault that rests a minimum of I-1/2 inches above the finished grade. The entire encased tank assembly shall be UL listed in accordance with Standard 2085 (Vehicle Impact Protection and Projectile Resistance), SwRI95- 03, or approved equal. Tank shall be provided with means to anchor to slab. D. The steel tank shall be manufactured and listed in accordance with UL Standard 142 and have a minimum 3/16 inch thick ASTM A-36 steel shell. Tanks shall be rectangular or as approved by the Owner Representative. The tank shall be pressure tested at 5 pounds per square inch (psi) in accordance with UL Standard 142 and shall be coated with rust resistant red oxide primer. The tank shall be internally braced as required, and the maximum deflection shall not exceed 0.1 inches at an internal pressure of 5.0 pounds per square inch gauge (psig). Tanks shall be fabricated such that the maximum deflection including fabrication tolerances of the primary and secondary containment shall not exceed five percent of the greatest dimension of any face. E. Each tank compartment shall have threaded openings including four inch fill nipple, two inch suction nipple, two inch minimum gauge nipple, two inch vent nipple, six inch emergency vent nipple, and four inch spare nipple with cap. F. Vault shall be tested in accordance with UL 2085 SwRI 95-03 or approved equal. The vault shall allow monitoring of the annulus between primary and secondary containment. Vault shall be built to applicable ACI standards including but not limited to reinforcement placement and bending, concrete placement, vibration and quality assurance procedures. G. Tank shall be equipped with integral overfill containment with a minimum seven gallon capacity. The integral overfill containment device will include a 3/4 inch diameter drain valve, a lockable hinged cover, a four inch diameter fill fitting, a four inch diameter spare fitting and a two inch diameter sticking port. H. Metal exterior of vault components shall be sand-blasted to a minimum SSPC-SP6 and primed with an organic zinc primer a minimum three (3) mils dry film thickness (DFT), intermediate coat shall be fuel resistant epoxy a minimum of 0.4 mils DFT and top coated with aliphatic polyurethane a minimum of 1.5 mils DFT. I. Exterior concrete surface shall be cleaned to remove all loose material and all oil and grease from all voids. In addition, all voids in exterior concrete surface shall be repaired in accordance with manufacturer's recommendations. Apply initial coat around all comers, edges of supports, pipe risers, etc. Apply two additional coats to entire exterior concrete surface. Paint shall be aliphatic moisture cured urethane or approved equal with a minimum of 3.0 to 5.0 mils DFT for each coat. Final coat shall be uniform in appearance. Apply and cure paint in accordance with manufacturer's instructions. J. Grounding rod and cables shall be provided for tank. Contractor shall submit grounding system data for review. K. The contractor shall provide two gauge sticks with 1/8 inch measurement gradations and strapping chart with 1/8 inch volume measurements for new tank installation site. Strapping Diesel Fuel System 23 11 13-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 charts shall reflect the specific maximum volume of the split tank product compartment. Contractor shall supply two tubes of water indicator paste and two tubes of gasoline gauging paste for AST installation or system reconfiguration site. L. Furnish and install emergency vent as required by API 2000, Venting Atmospheric and Low- Pressure Storage Tank. M. Tank compartments shall have individual two inch black pipe product vent lines extending a minimum 12 feet above tank. N. Gate Valves. Gate valves shall be suitable for petroleum products. Three inch and smaller valves used in fuel lines shall have threaded ends and be installed per approved shop drawings. Valve components shall be rated for gasoline, diesel and gasoline/methanol. Packing shall be non-asbestos graphite/aramid fiber. O. Solenoid Valves. Solenoid valves shall be suitable for petroleum products and shall be Morrison Figure 710, ASCO, Magnatrol, Snaptite or approved equal. P. Expansion Relief Valves. Expansion relief valves shall be suitable for petroleum products and shall be Morrison Figure 79 Dl, Red Jacket, Universal, Clay and Bailey or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION DISPENSER A. Contractor shall furnish and install all new electrical components including but not limited to conductors, conduit, flexible conduit, fittings, unions, junction boxes, wireways, seal fittings/seal-offs, emergency stops, normally closed solenoid valves, etc. between day tanks and the selected power source. The Contractor shall properly seal and/or cap-off conduit in order to abandon in place. B. Emergency stops shall be clearly identified and easily accessible and be installed in a remote location more than 20 feet but less than 100 feet from the tank C. Install all valves in accordance with manufacturer's recommendations. D. All installations are to be square, plumb, and neatly arranged. E. Support valves so that if valve is removed, adjacent piping will not be improperly supported. 3.2 TANK INSTALLATION A. Install as shown on Contract Drawings and in accordance with manufacturer's instructions. Diesel Fuel System 23 11 13-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Level tanks as necessary with non-metallic, non-shrink grout and steel shims. Grouting shall be continuous and chamfered at 45 degrees. C. Each tank compartment shall supply fuel to the dispenser. Do not manifold tank fill, vent, or suction lines. D. Tank Tightness Testing. 1. Contractor shall notify the Owner Representative in writing a minimum of seven calendar days prior to scheduling the installation testing. Completed installation testing shall be identified as a milestone on the Contractor's time line submitted at the pre- construction conference. 2. Air testing of new piping, fittings, and valves shall be conducted in accordance with the manufacturer's specifications. All product piping shall be tested before being placed in service. Air testing of all system piping shall be done with compressed air at 150 percent of the maximum piping operating pressure, or a minimum of 50 pounds per square inch gauge (psig), for at least one hour, and shall be witnessed by the Owner Representative. 3. After successful air testing of the completed primary piping system, the secondary containment piping, if applicable, shall be air tested in accordance with the manufacturer's specifications and the above procedures. 4. Piping not passing the air test shall be repaired in accordance with the manufacturer's specifications and retested. In the event the piping will not pass the air test it shall be removed from the site by the Contractor and replaced at Contractor's expense. 5. Upon completion of all construction activities and prior to placing the aboveground storage tank system into operation, the Contractor shall conduct a pressure test on all piping. The Contractor shall be required to submit a report summarizing the test results to the Owner Representative. 6. The Contractor shall include all reports summarizing the piping tests for both air and pressure test in the Operations and Maintenance manuals. 3.3 ELECTRICAL WORK A. Provide switches and devices required for controlling electrical equipment. Wiring, equipment, and fittings shall be explosion-proof in conformance with applicable requirements of UL 674, UL 698, and UL 886 for Class I, Division l, Group C and D hazardous locations. Submit proof of such conformance. Electrical installations shall conform to requirements of NFPA 70. 3.4 FLUSHING AND OPERATIONAL TEST A. Install temporary piping or hose equipped with a strainer having not less than 40-mesh screen between supply pipe and tank fill connection on tank from which fuel is being pumped. Furnish temporary pump for flushing. Flush each system with same type of fuel intended for use in system until out-flowing fuel is "clean" and "bright": Clean means absence of sediment or emulsion; bright refers to fluorescent appearance of fuel that has no cloud or haze. Furnish Diesel Fuel System 23 11 13-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 calibrated instruments and equipment, as well as the fuel, required to clean and flush each system and to conduct tests. Upon completion of tests replace filters. 3.5 LEAK DETECTION MONITORING SYSTEM TEST A. Activate leak monitoring system and test in accordance with manufacturer's instructions. END OF SECTION Wall Mount Air Conditioners 23 81 19-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 23 81 19-T WALL MOUNT AIR CONDITIONERS PART 1 GENERAL 1.01 SCOPE A. Wall mounted air conditioning units shall be furnished with indoor and outdoor sections rated for NEC non- hazardous location. The units shall be furnished and installed by the ECR Manufacturer under Section 26 69 20. 1.02 SUBMITTALS – FOR APPROVAL A. Submit in accordance with Section 01300. B. Product Data: 1. Catalog cut sheets, performance data on units. 2. Outline and mounting dimensions. 3. Heating and cooling load calculations used for unit selection. 4. Complete description of coating process including surface preparation, application and manufacturer’s product sheets on coating materials. 5. Name of coating applicator. 1.03 SUBMITTALS – FOR CLOSEOUT A. Submit in accordance with Section 01 33 01. B. Record Data: 1. Final as-built drawings and data as listed in Par. 1.02B. 2. Installation, operation and maintenance manual. PART 2 PRODUCTS 2.01 CAPACITY A. It is the intent of this specification to provide one (1) fully rated unit able to maintain the required indoor conditions as described herein. B. Cooling Design Conditions: Wall Mount Air Conditioners 23 81 19-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 Indoor - 75 0 F DB, 62 0 F WB Outdoor - 95 0 F DB Calculate internal heat gains with all equipment operating at 50% of rated load. C. Heating Design Conditions: Indoor - 70 0 F DB Outdoor - 30 0 F DB No internal heat gain\credit from electrical equipment to be used. D. The PCR Manufacturer shall submit sizing calculations sealed by a Registered Professional Engineer to confirm compliance with this requirement. 2.02 UNIT CABINET A. Minimum 16 gauge 316 stainless steel, internally-insulated with 1" thick 12 lb density acoustical insulation, with non-erosion coating on the side facing the airstream. B. Metal surface coatings shall be applied as per Shield Air Solutions, Inc. Coatings are to be Corrotec Casing Guard. Coatings are to include all uninsulated surfaces such as blower wheels, fan blades, motors, compressor, and tubing. The manufacturer’s recommended drying times between coats shall be used as a minimum. The unit shall be completely disassembled prior to coating. C. All fasteners are to be stainless steel. D. Condenser coil finned surfaces exposed to the exterior shall be protected from physical damage by removable louvers or screens in a metal frame. E. The manufacturer’s nameplate shall be affixed to an exterior surface and identify the model and serial numbers, date and location of manufacture, electrical data, and refrigerant type. F. Air conditioners shall have a disposable return air filter, supply and return air grilles, and mounting angles. 2.03 CONDENSER AND EVAPORATOR COILS A. The coils shall have aluminum fins mechanically bonded to seamless copper tubes. The fins shall have rippled edges for maximum heat transfer and be spaced no closer than 12 Fins Per Inch (FPI). B. Coils shall be washed with a mild acid solution, rinsed with water, and allowed to dry prior to coating. Coils are to be flow-coated to ensure full coverage. The coils shall be degreased, acid-etched and coated with Corrotec Fin Guard. The coating shall be factory-applied by Shield Air Solutions Inc., or their authorized agent. Wall Mount Air Conditioners 23 81 19-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.04 CONDENSATE DRAINPAN A. The evaporator coil condensate drainpan shall be 1" deep, constructed of stainless steel with all seams welded. B. A copper outlet fitting shall be silver-brazed to the drainpan, with a copper drainline extended to a 3/4" threaded fitting at the cabinet exterior. 2.05 FAN A. Supply fan shall be direct drive AMCA “C”, TEFC motor. B. Condenser fan shall be direct drive AMCA “C”, TEFC motor. 2.06 COMPRESSOR A. High-efficiency scroll, suction gas cooled, full-hermetic type, with inherent motor winding protection. B. Internal, solid state, self-regulating crankcase heaters. C. Compressor shall have spring mounts for low vibration operation. 2.07 REFRIGERANT SYSTEM A. All refrigerant piping shall be copper. B. Full flow refrigerant filter/dryer shall be installed. C. Factory-installed capped access ports shall be provided, in both the suction and discharge lines, to allow servicing of the unit. 2.08 HEATING COIL A. Single circuit resistance element, kW rating as required. B. Heating elements are to be integral to the air conditioning units. The elements shall be finned-tubular with stainless steel tube and a continuous spiral stainless steel fin. The resistance wire shall be nickel-chromium uniformly stretched and imbedded in magnesium-oxide powder. The leads shall be sealed at the tube. C. Safety interlocks shall include an air flow switch and high temperature cutout. D. Electric Heating coil shall be in reheat arrangement to allow for dehumidification control. Wall Mount Air Conditioners 23 81 19-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.09 OUTSIDE AIR INTAKE No provision for the intake of outdoor air shall be provided. 2.10 GRILLES AND REGISTERS A. Grilles and registers shall be extruded anodized aluminum. B. The supply register(s) shall be double deflection with individually-adjustable blades. C. The return grille shall be the filter-holding frame type with hinged core for filter removal, secured with knurled nuts or thumbscrews requiring no tools for access. 2.11 INTERNAL OPERATING CONTROLS A. The compressor contactor shall have contacts to break each electrical leg. B. Three-minute solid state time delay relay to prevent compressor short-cycling. C. A frost control switch, with its capillary imbedded in the evaporator coil fin space to sense coil freezeup and shut off the compressor. D. High and low refrigerant pressure cutout switches. E. Permanent split-capacitor fan motors shall contain a thermal protector and be provided with a remote overload relay. Control circuit fuses shall be provided. 2.12 ROOM CONTROLS A. The unit shall be controlled from a (1) single stage coola, (1) stage heat, auto change- over, low voltage, wall-mounted thermostat and a separate relative humidity humidistat. This control shall be provided by the unit supplier. B. The unit shall be turned on and off from the room controls by means of a system switch. C. The indoor fan shall be operated either intermittently (any time the compressor runs) or continuously, by means of a "Fan: Auto-On" or "Power-Saver" switch. D. The thermostatic controls shall cycle the compressor, and heater (and fan) as required. E. During dehumidification mode, the cooling circuit shall be overridden to operate regardless of space temperature. When the space temperature falls below heating Wall Mount Air Conditioners 23 81 19-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 setpoint the electric heating coil shall be activated. The dehumidification sequence shall deactivate when space relative humidity falls below setpoint. 2.13 ELECTRICAL A. All unit line voltage operating controls shall be contained within the unit enclosure. B. Room thermostatic controls shall be low voltage. C. The unit shall be suitable for operation on a 480 volt, three phase system. D. Electric power wiring to unit shall be sized for dehumidification mode with both cooling and heating activated. E. All external components shall be rated for non-hazardous areas. 2.14 MANUFACTURER The unit shall be a Birdwell model BTB with modifications described herein as provided by Shield Air Solutions, 3708 Greenhouse Rd, Houston, Texas 77084, Telephone (281) 994-4300, or approved equal. PART 3: EXECUTION A. The equipment shall be factory installed, connected and made operational by the ECR manufacturer under Section 26 69 20. B. Contractor shall provide condensate drain piping with a P-trap. END OF SECTION Division 26-T Electrical Testing 26 01 26-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 01 26-T ELECTRICAL TESTING 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, material, equipment and incidentals of a NETA certified independent testing agency. Testing shall be inclusive of all medium voltage and low voltage equipment including conductors for the pump station. Testing shall include all relay protective schemes and operation of the low and medium voltage equipment. 1.02 QUALITY ASSURANCE Independent testing agency shall be NETA certified. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, “Document Management” and shall include: A. EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the testing agency performing installation checks, operation and testing of the medium voltage equipment. This report shall certify that 1) the equipment has been properly installed, 2) is in accurate alignment, 3) meets the acceptance testing specifications of NETA and the equipment manufacturer, and 4) NETA certification of the testing agency. B. ASSESSMENT REPORT A written report shall be submitted by the testing agency performing maintenance checks, operation and testing of the electrical equipment. The report shall be performed, sealed and signed by a Registered Professional Engineer licensed in the State of Texas. The report shall summarize the results of the analysis and include recommendations of equipment repair or replacement. The report shall also establish a timeframe to repair/replace equipment by giving a target date. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI) American Standards for Testing and Materials (ASTM) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Manufacturers Association (NEMA) International Electrical Testing Association (NETA) Electrical Testing 26 01 26-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.00 EXECUTION 2.01 GENERAL A. Perform all testing identified in the latest edition of NETA Standard for Accepting Testing Specifications B. All testing shall be witnessed by the Owner’s Representative. Types of equipment required to be tested by these specifications shall include but not be limited to the following: 1. Low voltage cables 2. Grounding 3. CT’s 4. Surge arresters 5. 600V VFD’s C. All testing shall be in accordance with the manufacturer’s recommendations for energization and start-up of the equipment. D. Testing shall include a complete functionality testing of electrical equipment under all the different operating parameters identified by the OWNER and ENGINEER. E. Testing shall be in accordance with NETA Standard for Acceptance Testing Specifications, latest edition. F. The following is a listing of the major equipment test to be performed. 1. Low Voltage Cables a. Insulation - resistance test. 2. 600V VFD’s a. Bolted Connections resistance test and torque verifications b. Operation and sequence testing for electrical and mechanical interlocks c. Perform ground system cable testing. 3. Surge Arresters a. Doble Test END OF SECTION Common Work Results For Electrical 26 05 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 00-T COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 01, incorporate to all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. 1.02 QUALITY ASSURANCE A. Electrical Contractors’ Qualifications: Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. B. Workmanship: Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. Conduit and motors shall be isolated to avoid unacceptable noise levels from objectionable vibrations from all systems. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details. 3. Complete control schematics and point to point wiring diagrams. 4. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified. b. Make and motor type. c. Brake horsepower of the motor. d. Locked rotor current at full load. e. Motor efficiency at full load (three-phase motors only). f. Starting torque. g. Method of insulating and impregnating motor coils (three-phase only). h. Speed of the motor at full torque. i. Full load current. Common Work Results For Electrical 26 05 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 j. Service factor. k. Number of poles l. Motor temperature rise measured by resistance over 40 C ambient. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Underwriters Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local Utility Companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. C. Contractor shall submit the company names of the electrical contractor with the bid documents. 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer’s directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water, chemical or mechanical injury and theft. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. Common Work Results For Electrical 26 05 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. The Contractor shall utilize approved manufacturer shop drawings for final layouts of equipment and raceways. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer’s review and approval. D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X, 304 Stainless Steel for exterior installations, NEMA 1 for indoor enclosures. 2.00 EXECUTION 2.01 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. C. Install steel reinforced concrete foundations, (housekeeping pads), below floor mounted switchboards, panelboards, motor control centers, transformers, and other floor mounted electrical equipment. Concrete foundations shall not be less than 4 inches high. Neatly chamfer top edges. Concrete foundations shall be 6 inches wider and 6 inches longer than the base of the equipment being installed. Concrete shall be in accordance with Division 03, and shall be reinforced with a minimum of 6-by-6-inch #6 welded wire mesh. 2.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. Common Work Results For Electrical 26 05 00-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.03 PAINTING A. Painting shall be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. If the finish is marred in transit or during installation, re-finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 2.04 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner’s representative, utility companies and Owner’s facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operable condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. The Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day warranty on new turn and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain record or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 2.05 ELECTRICAL EQUIPMENT IDENTIFICATION A. The identification of electrical equipment shall be in accordance with Section 40 05 53 “Identification for Process Piping and Equipment.” Identify electrical equipment in accordance with the NEC, the local authorities, and as specified. Common Work Results For Electrical 26 05 00-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4 inch high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located as follows: 1. Each switch/fuse unit or circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. 2. Spares shall be labeled “Spare”. 3. Each branch circuit panel - on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel - on outside of cover. 5. Each exhaust fan switch - custom engraved on outside of switch cover plate (high and low if required). 6. Instrument transmitters and sensors. 7. Each motor starter - on outside cover. 8. Each Variable Frequency Drive. 9. Outside light switches - custom engraved on outside of switch cover plate. 10. Any switch for load that cannot be seen from the control point - custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as “Spare.” D. Refer to Section 26 05 19 “Low-Voltage Electrical Power Conductors and Cables” for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainless steel. 2.06 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner’s locking system. Key all locks alike. 2.07 ACCESS DOORS A. Wherever access is required in walls, ceilings, or soffits to concealed junction boxes, pull boxes or other electrical equipment, provide and install access doors. Install panels in locations approved by the Engineer. Paint as directed. B. Refer to Division 08 for access door requirements. Common Work Results For Electrical 26 05 00-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.08 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 2.09 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Low Voltage Electrical Power Conductors and Cables 26 05 19-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 19-T LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install 600-volt wires and cables. Electrical work shall be in accordance with Section 26 05 00 “Common Work Results for Electrical.” B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE A. Testing: Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer’s recommended values. B. Testing Agency Qualifications: Member Company of NETA and/or NRTL C. Testing Agency’s Field Supervisor: Certified by NETA to supervise on-site testing 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Product Data for each type of product 2. Field Test / Quality Control Reports 3. Qualification Data for Testing Agency 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. National Electrical Manufacturer Association (NEMA) Standards: NEMA WC-3 Rubber -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NEMA WC-5 Thermoplastic -Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 1.05 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. 2.00 MANUFACTURED PRODUCTS 2.01 CONDUCTORS AND CABLES Low Voltage Electrical Power Conductors and Cables 26 05 19-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Alcan Products Corporation; Alcan Cable Division 2. Alpha Wire 3. Belden Inc. 4. Encore Wire Corporation 5. General Cable Technologies Corporation 6. Southwire Incorporated 7. Okonite Company (Preferred) B. Copper Conductors: Comply with NEMA WC 70/ICEA S-95-658. C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for Type THHN, Type THWN, and Type XHHW or as indicated on the drawings. D. Multiconductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for Tray Cable, Type TC with ground wire. E. Conductors: Soft-drawn, annealed copper with a conductivity of not less than that of 98 percent pure copper bearing the U.L. label. The minimal size shall be #12. F. Single Conductors: Conductor with thermoplastic insulation rated at 600 volts and insulated with type THHN/THWN or XHHW insulation. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. G. Ground Wire: Tinned, Class B stranded conductor without insulation H. Paired Shielded Cable: 18 gauge, 7/28 stranded, tinned copper conductors with 0.015-inch extruded PVC; 0.004-inch nylon insulation twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape, 100 percent coverage, helically wound, aluminum foil shield, drain wire, and 0.045-inch minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383. I. Triad Shielded Cable (RTD Cable): RTD cable shall have the following characteristics: 1. Eight triads each with three 18 AWG conductors 2. Triads shall each have individual shield and overall shield. 3. Each conductor insulated for 600 V and entire cable rated for 90 C. Primary Insulation 15 mils nominal; PVC; 4 mils nylon Number of Conductors 3 Color Code Black and white and red Group Identification Each triad numbered Low Voltage Electrical Power Conductors and Cables 26 05 19-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 Pair Shield 100% coverage; .35 mil aluminum x .5 mil Mylar tape and 20 gauge 7 strand tinned copper drain wire; shield tape to be applied to give a total shield isolation from all other triad shields. Cable Shield 100% coverage; 2.35 mil aluminum Mylar tape shield and an 18 gauge 7 strand tinned copper drain wire. Jacket Black 90 C FR PVC J. Tray Cable: Type TC; multi-conductor cable specifically approved for the installation in cable trays, in accordance with NEC Article 340. Each cable conductor shall be insulated with THHN/THWN or XHHW type insulation rated at 600 volts. The individual conductors shall be twisted together and jacketed with a PVC outer covering containing a U.L. label and necessary identification, including the Manufacturer, the number of conductors, size, insulation type, sun-resistance, and other pertinent information. K. Telephone Wire: Telephone station wire conductors shall be bare solid, annealed copper, 22 AWG insulated with high density polyethylene. Insulated conductors shall be twisted and assembled in a weather and flame resistant compound of polyvinyl chloride. Color coding shall be one red, one green, one yellow, and one black. The wire shall comply with REA Specification PE-20. 2.02 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc. 2. Gardner Bender 3. Hubbell Power Systems, Inc. 4. Ideal Industries, Inc. 5. Ilsco; a branch of Bardes Corporation 6. NSi Industries LLC 7. O-Z/Gedney; a brand of the EGS Electrical Group 8. 3M; Electrical Markets Division 9. Tyco Electronics / Raychem (Preferred) B. Description: Factory-fabricated connectors and splices of size, Ampacity rating, material, type and class for application and service indicated. 2.03 SYSTEM DESCRIPTION A. Electrical Components, Devices and Accessories: Listed and labeled as defined in NFPA 70 by a qualified testing agency and marked for intended location and application. B. Comply with NFPA 70. Low Voltage Electrical Power Conductors and Cables 26 05 19-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 3.00 EXECUTION 3.01 PREPARATION A. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Stranded Copper B. Branch Circuits: Stranded Copper 3.03 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Service Entrance: Type XHHW single conductors in raceway B. Exposed Feeders: Type XHHW single conductors in raceway C. Feeders Concealed in Ceilings, Walls, Partitions and Crawlspaces: Type XHHW single conductors in raceway D. Feeders Concealed in Concrete, below Slabs-on-Grade and Underground: Type XHHW single conductors in raceway E. Feeders in Cable Tray: Tray Cable Type TC F. Exposed Branch Circuits: Type XHHW single conductors in raceway G. Branch Circuits Concealed in Concrete, below Slabs-on-Grade and Underground: Type XHHW single conductors in raceway H. Branch Circuits in Cable Tray: Tray Cable Type TC 3.04 INSTALLATION A. General: 1. Unless necessary for pulling purposes, conductors shall be continuous from terminal block to terminal block without splice. Condulet type fittings shall not contain splices. No splicing of conductors shall be performed in any below ground structure. 2. Splice only in junction or outlet boxes. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place. 3. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: a. Tags relying on adhesives or taped-on markers are not acceptable. b. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. Low Voltage Electrical Power Conductors and Cables 26 05 19-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 c. Provide tags for cables and for conductors No. 8 AWG and larger consisting of permanent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. d. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3- 23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). e. Switchlegs shall have the designation described above on their tags, plus an “S” suffix. Travelers shall have the designation described above on their tags, plus a “T” suffix. f. Where more than one neutral is present with a group of conductors, a tag shall be applied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 4. Wire other than telephone station wire shall be stranded. The minimum size conductor permitted is #12 AWG, except as specifically indicated on the plans. Wire shall bear the approval of Underwriters Laboratories, Inc. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 5. Color coding of cables shall comply with the local city codes. In the absence of a local color coding requirement, the following shall be used: a. For 480/277-V, 3-phase wiring: Phase A Brown Phase B Orange Phase C Yellow Neutral Gray Equipment Grounding Conductor Green b. For 208/120 or 240/120-V, 3-phase wiring: Phase A Black Phase B Red Phase C Blue Neutral White Equipment Grounding Conductor Green c. For 240/120-V, 1-phase wiring: Leg A Black Leg B Red Neutral White Equipment Grounding Conductor Green Low Voltage Electrical Power Conductors and Cables 26 05 19-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 6. Colored, vinyl marking tape shall be allowed only on conductors greater than 8 AWG. Under no condition shall conductors of a different color be spliced together. 7. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. B. Single Conductors: Conductors shall be continuous from outlet to outlet and no splices shall be made except at outlets. Sufficient wire shall be left at outlets to make connections to equipment without straining. C. Paired Shielded and Triad Shielded Cable: Ground paired shielded and triad shielded cables at the instrument panel end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. D. Ground Conductors: 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electric Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. Wire connections to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor which it houses. Clean the metal surface under the grounding lug to bright metal. Connections to motors shall be to the grounding stud which shall be threaded into the stationary frame; Burndy KC Servit, or approved equal and not an end bell. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tinned copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with insulation as specified for low voltage wire. END OF SECTION Wire Connections and Devices 26 05 19.01-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 19.01-T WIRE CONNECTIONS AND DEVICES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install wire connections and devices. Electrical work shall be in accordance with Section 26 05 00 “Common Work Results for Electrical.” 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. 600-volt connectors shall comply with the specifications and the following Manufacturers will be acceptable: a. Burndy. b. Thomas & Betts. c. Ideal Industries. d. Ilsco e. Gould Shawmut f. Allen Bradley g. Minnesota Mining and Manufacturing. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include all applicable wire connectors and devices. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. Connectors, Compression: For splicing and termination; 600-volt wiring; connectors for cable sizes 250 MCM and larger shall be the long barrel type for double indentation (soldered connections shall not be permitted). B. Connectors, 600-Volt Twist-On: Spring insulated, properly sized and resistant to vibration; may be used for No. 14 through No. 10 gauge conductors. C. Connectors, 600-Volt Terminal: Of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two holes in the tongue for use on conductor sizes 250 MCM or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. D. 600-Volt Plastic Tape: Minnesota Mining & Manufacturing Company, No. 35. Wire Connections and Devices 26 05 19.01-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 E. Wirenuts: Buchannan B-Cap, Ideal, ITT or Panduit spring wire connecting devices with plastic covering; shall be reusable after initial installation and removal. 3M Scotchloks shall not be installed on this project. F. Mechanical Set Screw Connector: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. G. Rubber Tape: Scotch 2210. H. Vinyl Tape: Scotch 88. I. Insulating Resin: Scotch 3576, 3577, or 3578. J. Power Distribution Blocks: Gould Shawmut, Ilsco or Allen Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 3.00 EXECUTION 3.01 INSTALLATION A. Insulate connections made with non-insulated connectors with a minimum of three layers of plastic tape. Half-lap each layer. B. Splice 600-volt conductors in junction boxes or at outlets only. C. Terminate shielded conductors of 5 kV and higher with a stress cone, as specified in Section 26 05 13 “Medium-Voltage Cables.” Outdoor stress cones shall be weather-resistant. D. Five- through 15-kV conductors may be spliced in manholes or at junction boxes only. E. For No. 10 and smaller, connect conductors with a twist-on spring wirenut. If a splice or tap is below 3 feet above the final grade, fill the spring connectors with an electrical insulating resin so that conductor and spring materials are encapsulated by the resin. Conductor splices and taps inside the VFD’s shall be on the terminal strips or power distribution blocks. F. For No. 8 and larger, connect conductors with a mechanical, set screw type connector. Wrap splices and taps with a single half-lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3 feet above the finished grade, the tape or splice shall have a final outer coating or insulating resin. G. Furnish and install power distribution blocks as shown on the plans for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. H. Pair shielded cable shield and triad shielded cable (RTD cable) shield shall be broken at terminal strips only. END OF SECTION Grounding and Bonding For Electrical Systems 26 05 26-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 26-T GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 “Common Work Results for Electrical.” 1.02 SUBMITTALS A. Submittal shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. 4. Grounding arrangements and connections for separately derived systems. 5. Grounding for sensitive electronic equipment. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. C. Testing Agency Qualifications: Member Company of NETA or an NRTL. 1. Testing Agency’s Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.04 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. 2.00 PRODUCTS 2.01 MATERIALS A. Ground Rods: Copper-clad, having a diameter of 3/4 inch and a minimum length of 10 feet. B. Ground Cables: Stranded, bare tinned copper of 98 percent conductivity and as specified in Section 26 05 19 “Low-Voltage Electrical Power Conductors and Cables.” C. Conduit Ground Fittings: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series or approved equal. Grounding and Bonding For Electrical Systems 26 05 26-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. Ground Rod Boxes: Precast Box with cast iron lid. Lid shall read “ground rod” on lid. Brooks Precast Model. “3-RT” or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating. E. Ground Plate Electrodes: 20 gauge copper with terminated 2-foot welded pigtail connection. 2.02 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. C. All welding materials used shall be Cadweld Materials – as manufactured by ERICO Products, Inc., or approved equal. 2.03 GROUNDING SYSTEM A. Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 12 inches below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green-colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. Grounding and Bonding For Electrical Systems 26 05 26-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor in accordance with Section 26 05 19 “Low-Voltage Electrical Power Conductors and Cables.” Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. I. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building’s main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug-type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. J. Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding jumper to bond across flexible duct connections to achieve continuity. K. Liquid tight flexible metal conduit in sizes 1 foot to 1 foot-2 inches or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. L. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. M. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250. Grounding and Bonding For Electrical Systems 26 05 26-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 N. Run a grounding cable the full length of each cable tray section and bond to each cable tray section. Provide #4/0 bare copper in cable tray. O. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner’s Representative. P. Ground rod shall be installed such that the top of the ground rod is 6 feet below grade and enclosed by a ground rod box. Q. Install #4/0 AWG bare tinned copper ground cable that follows the route of the underground duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes. Tie ground cable to pump station main grounding system at both ends. R. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of #12 wire with green-colored insulation to connect to the grounding terminal at the receptacle. S. Signal and Communication Equipment: 1. For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. 2. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch grounding bus. 3. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer’s recommendation using the fall of potential method in accordance with IEEE 81. C. All test equipment shall be provided under this section and approved by the Engineer. D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kVA or less: 5 ohms. 2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms. 3. Power and Lighting Equipment or System with Capacity more than 1000 kVA: 3 ohms. Grounding and Bonding For Electrical Systems 26 05 26-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 4. Power Distribution Units or Panelboards serving electronic equipment: 1 ohm. 5. Substations and Pad Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms. H. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Owner’s Representative promptly and include recommendations to reduce ground resistance. Provide additional ground rods and conductors as required to bring the resistance to required level. END OF SECTION Hangers and Supports For Electrical Systems 26 05 29-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 29-T HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install supporting devices. Electrical work shall be in accordance with Section 26 05 00 “Common Work Results for Electrical.” 1.02 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, “Structural Welding Code – Steel”. B. Comply with NFPA 70. 1.03 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement and formwork requirements are specified together with Concrete Specifications. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include all applicable units, materials and appurtenances for the following: 1. Steel slotted support systems. B. Shop Drawings: Show fabrication and installation details and include calculations for the following: 1. Trapeze Hangers. Include Product Data for components. 2. Steel Slotted Channel Systems. Include Product Data for Components. 3. Equipment Supports. 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory fabricated components for field assembly. For this project, all steel supports shall be hot double dipped galvanized or aluminum materials where approved. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. Hangers and Supports For Electrical Systems 26 05 29-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 c. ERICO International Corporation. d. GS Metals Corporation. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. (Preferred) g. Wesanco, Inc. 2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA- 4. 3. Nonmetallic Coatings: Manufacturer’s standard PVC, polyurethane or polyester coating applied according to MFMA-4. 4. Painted Coatings: Manufacturer’s standard painted coating applied according to MFMA-4. 5. Channel Dimensions: Selected for applicable load criteria. B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps and associated fittings designed for types and sizes of raceway or cable to be supported. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36A 36M, steel plates, shapes and bars; black and galvanized. E. Mounting, Anchoring and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Powder Actuated Fasteners: Threaded-steel stud, for use in hardened Portland cement concrete, steel or wood with tension, shear and pullout capacities appropriate for supported loads and building materials where used. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Hilti Inc. (Preferred) b. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. c. MKT Fastening, LLC. d. Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit. 2. Mechanical Expansion Anchors: Insert-wedge-type, 316 stainless steel for use in hardened Portland cement concrete with tension, shear and pullout capacities appropriate for supported loads and building materials where used. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper B-Line, Inc.; a division of Cooper Industries. b. Empire Tool and Manufacturing Co., Inc. c. Hilti Inc. (Preferred) d. ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. Hangers and Supports For Electrical Systems 26 05 29-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 e. MKT Fastening, LLC. 3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded galvanized steel. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural steel shapes, shop or field fabricated to fit dimensions and bare weight of supported equipment. 3.00 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for RMC as scheduled in NECA 1, where its Table 1 lists maximum spacing less than stated in NFPA 70. Minimum rod size shall ¼ Inch in diameter. C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. Secure raceways and cables to these supports with single-bolt conduit clamps or single bolt conduit clamps using spring friction action for retention in support channel. D. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1- 1/2 inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in the Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RMC may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200lb. Hangers and Supports For Electrical Systems 26 05 29-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. Mounting and Anchorage of Surface Mounted Equipment Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard weight concrete, 4 inches thick or greater. Do not use for anchorage to lightweight aggregate concrete or for slabs less than 4 inches thick. 6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25 or 27) complying with MSS SP-69. 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers and other devices on slotted channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Section (05 50 00 ?) “Metal Fabrications” for site fabricated metal supports. B. Cut, fit and place miscellaneous metal supports accurately in location, alignment and elevation to support and anchor electrical materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 3.04 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than the supported unit and so anchors will be a minimum of 10 bolt diameters from the edge of the concrete base. B. Use 3000-psi (20.7-MPa) 28-day compressive strength. Install concrete materials, reinforcement and placement requirements as per drawings and details. C. Anchoring Equipment to Concrete Base: 1. Place and secure anchorage devices. Use supported equipment manufacturer’s setting drawings, templates, diagrams, instructions and directions furnished with items to be embedded / mounted. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. Hangers and Supports For Electrical Systems 26 05 29-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 3. Install anchor bolts in accordance with anchor bolt manufacturer’s written instructions. 3.05 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching-up field painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Galvanized Surfaces: Clean welds, bolted connections and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780. END OF SECTION Raceways and Boxes For Electrical Systems 26 05 33-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 33-T RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Metal conduits, tubing, and fittings. 2. Nonmetal conduits, tubing, and fittings. 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5. Surface raceways. 6. Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling. B. Related Requirements: 1. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 1.03 DEFINITIONS A. ARC: Aluminum rigid conduit. B. RGS: Galvanized rigid steel conduit. C. IMC: Intermediate metal conduit. D. RNC: Rigid Non Metallic conduit. E. LFMC: Liquidtight flexible metal conduit F. FMC: Flexible Metal Conduit 1.04 ACTION SUBMITTALS A. Product Data: For surface raceways, wireways and fittings, standard floor boxes, standard hinged-cover enclosures, and standard cabinets. B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details. 1.05 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: Raceways and Boxes For Electrical Systems 26 05 33-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Structural members in paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in paths of conduit groups with common supports. B. Qualification Data: For professional engineer. C. Source quality-control reports. 2.00 PRODUCTS 2.01 METAL CONDUITS, TUBING, AND FITTINGS A. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc . 2. Allied Tube & Conduit; a Tyco International Ltd. Co. 3. Anamet Electrical, Inc . 4. Electri-Flex Company . 5. O-Z/Gedney; a brand of EGS Electrical Group . 6. Picoma Industries, a subsidiary of Mueller Water Products, Inc . 7. Republic Conduit . 8. Robroy Industries . 9. Southwire Company . 10. Thomas & Betts Corporation . 11. Western Tube and Conduit Corporation . 12. Wheatland Tube Company; a division of John Maneely Company . 13. Approved Equal B. Listing and Labeling: Metal conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. RGS: Comply with ANSI C80.1 and UL 6. D. ARC: Comply with ANSI C80.5 and UL 6A. E. IMC: Comply with ANSI C80.6 and UL 1242. F. PVC-Coated Steel Conduit: PVC-coated rigid steel conduit. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch (1 mm) , minimum. 3. EMT: Comply with ANSI C80.3 and UL 797. Raceways and Boxes For Electrical Systems 26 05 33-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 G. FMC: Comply with UL 1; zinc-coated steel or aluminum. H. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360. I. Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B. 1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70. 2. Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for environmental conditions where installed, and including flexible external bonding jumper. 3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch (1 mm) , with overlapping sleeves protecting threaded joints. J. Joint Compound for IMC, GRC, or ARC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.02 NONMETALLIC CONDUITS, TUBING, AND FITTINGS A. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. AFC Cable Systems, Inc . 2. Anamet Electrical, Inc . 3. Arnco Corporation . 4. CANTEX Inc . 5. CertainTeed Corp . 6. Carlon 7. Electri-Flex Company . 8. Kraloy . 9. Lamson & Sessions; Carlon Electrical Products . 10. Niedax-Kleinhuis USA, Inc . 11. RACO; a Hubbell company . 12. Thomas & Betts Corporation . 13. Approved equal. B. Listing and Labeling: Nonmetallic conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. ENT: Comply with NEMA TC 13 and UL 1653. D. RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. E. LFNC: Comply with UL 1660. Raceways and Boxes For Electrical Systems 26 05 33-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 F. Rigid HDPE: Comply with UL 651A. G. Continuous HDPE: Comply with UL 651B. H. Coilable HDPE: Preassembled with conductors or cables, and complying with ASTM D 3485. I. RTRC: Comply with UL 1684A and NEMA TC 14. J. Fittings for ENT and RNC: Comply with NEMA TC 3; match to conduit or tubing type and material. K. Fittings for LFNC: Comply with UL 514B. L. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). M. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.03 METAL WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Cooper B-Line, Inc . 2. Hoffman; a Pentair company . 3. Mono-Systems, Inc . 4. Square D; a brand of Schneider Electric – (Preferred). 5. Approved equal. B. Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1, Type 3R, Type 4X, as indicated on drawings unless otherwise indicated, and sized according to NFPA 70. 1. Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system. D. Wireway Covers: Hinged type NEMA 3R, Screw-cover type NEMA 1, NEMA 4X flanged-and- gasketed as indicated. E. Finish: Manufacturer's standard enamel finish. 2.04 NONMETALLIC WIREWAYS AND AUXILIARY GUTTERS A. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Raceways and Boxes For Electrical Systems 26 05 33-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Allied Moulded Products, Inc . 2. Hoffman; a Pentair company . 3. Lamson & Sessions; Carlon Electrical Products . 4. Niedax-Kleinhuis USA, Inc . 5. Approved equal. B. Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Description: Fiberglass polyester, extruded and fabricated to required size and shape, without holes or knockouts. Cover shall be gasketed with oil-resistant gasket material and fastened with captive screws treated for corrosion resistance. Connections shall be flanged and have stainless-steel screws and oil-resistant gaskets. D. Description: PVC, extruded and fabricated to required size and shape, and having snap-on cover, mechanically coupled connections, and plastic fasteners. E. Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings shall match and mate with wireways as required for complete system. F. Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.05 BOXES, ENCLOSURES, AND CABINETS A. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Adalet . 2. Cooper Technologies Company; Cooper Crouse-Hinds . 3. EGS/Appleton Electric . 4. Erickson Electrical Equipment Company . 5. FSR Inc . 6. Hoffman; a Pentair company – (Preferred). 7. Hubbell Incorporated; Killark Division . 8. Kraloy . 9. Milbank Manufacturing Co . Raceways and Boxes For Electrical Systems 26 05 33-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 10. Mono-Systems, Inc . 11. O-Z/Gedney; a brand of EGS Electrical Group . 12. RACO; a Hubbell Company . 13. Robroy Industries . 14. Spring City Electrical Manufacturing Company . 15. Stahlin Non-Metallic Enclosures; a division of Robroy Industries . 16. Thomas & Betts Corporation . 17. Wiremold / Legrand . 18. Approved equal. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A. D. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, aluminum, Type FD, with gasketed cover. E. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C. F. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb (23 kg) . Outlet boxes designed for attachment of luminaires weighing more than 50 lb (23 kg) shall be listed and marked for the maximum allowable weight. G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 inches square by 2-1/8 inches deep (100 mm square by 60 mm deep) or 4 inches by 2-1/8 inches by 2-1/8 inches deep (100 mm by 60 mm by 60 mm deep) . J. Gangable boxes are prohibited. K. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Types as indicated with continuous-hinge cover with flush latch unless otherwise indicated. 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Fiberglass. 3. Interior Panels: Steel; all sides finished with manufacturer's standard enamel. 3.00 EXECUTION 3.01 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed Conduit: PVC Coated Rigid Aluminum. Raceways and Boxes For Electrical Systems 26 05 33-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Concealed Conduit, Aboveground: PVC Coated Rigid Aluminum. 3. Underground Conduit: RNC, Type EPC-40-PVC, concrete encased. 4. Underground Conduit Stub-ups to Equipment Pads, Concrete Floors or Other: Utilize RGS Long Radius Sweeps for transition from underground ductbank to above ground. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. 6. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X SS as indicated. B. Indoors: Apply raceway products as specified below unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage in Pump Room: PVC Coated Rigid Aluminum 2. Exposed, Not Subject to Severe Physical Damage in Pump Room: PVC Coated Rigid Aluminum 3. Exposed and Subject to Severe Physical Damage in Pump Room: PVC Coated Rigid Aluminum 4. Exposed in Electrical Room: Rigid Aluminum C. Minimum Raceway Size: 3/4-inch (21-mm) trade size except for lighting circuit taps not longer than 72”. D. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated, Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer and apply in thickness and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve. F. Do not install aluminum conduits, boxes, or fittings in contact with concrete or earth. G. Install surface raceways only where indicated on Drawings. 3.02 INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NECA 102 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in specific occupancies and number of floors. B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. Raceways and Boxes For Electrical Systems 26 05 33-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for hangers and supports. E. Arrange stub-ups so curved portions of bends are not visible above finished slab. F. Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches (300 mm) of changes in direction. G. Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines. H. Support conduit within 12 inches (300 mm)of enclosures to which attached or as otherwise dictated by Code. I. Raceways Embedded in Slabs: 1. Run conduit larger than 1-inch (27-mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot (3-m) intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 1 inch (25 mm) of concrete cover in all directions. 4. Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. 5. Change from ENT to PVC coated RGS or Rigid Aluminum as per conditions before rising above floor. J. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. K. Coat field-cut threads on PVC-coated raceway with a corrosion-preventing conductive compound prior to assembly. L. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG. M. Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm) trade size and insulated throat metal bushings on 1-1/2-inch (41-mm) trade size and larger conduits terminated with locknuts. Install insulated throat metal grounding bushings on service conduits. N. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more. O. Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. Raceways and Boxes For Electrical Systems 26 05 33-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 P. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm) trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. Q. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use. R. Surface Raceways: 1. Install surface raceway with a minimum 2-inch (50-mm)radius control at bend points. 2. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches (1200 mm) and with no less than two supports per straight raceway section. Support surface raceway according to manufacturer's written instructions. Tape and glue are not acceptable support methods. S. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. T. Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Where otherwise required by NFPA 70. U. Comply with manufacturer's written instructions for solvent welding RNC and fittings. V. Expansion-Joint Fittings: 1. Install in each run of aboveground RGS that is located where environmental temperature change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds 25 feet (7.6 m). Install type and quantity of fittings that accommodate temperature change listed for each of the following locations: a. Revise list below to include all locations in Project with environmental conditions that require considering expansion-joint fittings in conduit runs. For each Project, consider only locations with PVC conduit with straight-run length exceeding 25 feet (7.6 m) or metal conduit in lengths over 100 feet (30 m). Also revise temperature change for each location so it safely represents conditions anticipated. Temperature-change figures below are examples of maximum total swings from the lowest to the highest environmental temperatures at the indicated types of locations and must be revised to represent temperature swings or changes that may occur at Project locations. b. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. Raceways and Boxes For Electrical Systems 26 05 33-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 c. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change. 2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F (0.0115 mm per meter of length of straight run per deg C) of temperature change for metal conduits. 3. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 4. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. W. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches (1830 mm) of flexible conduit for recessed and semirecessed luminaires, equipment subject to vibration, noise transmission, or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage. X. Horizontally separate boxes mounted on opposite sides of walls so they are not in the same vertical channel. Y. Locate boxes so that cover or plate will not span different building finishes. Z. Support boxes of three gangs or more from more than one side by spanning two framing members or mounting on brackets specifically designed for the purpose. AA. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits. 3.03 INSTALLATION OF UNDERGROUND CONDUIT A. Duct Bank – Install duct bank per drawing and details. B. Direct-Buried Conduit: Not Permitted for this Project 3.04 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch (25 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as Raceways and Boxes For Electrical Systems 26 05 33-T - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 indicated. Select arm lengths to be long enough to provide spare space for future cables but short enough to preserve adequate working clearances in enclosure. E. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. 3.05 SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3.06 PROTECTION A. Protect coatings, finishes, and cabinets from damage and deterioration. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION Cable Trays For Electrical Systems 26 05 36-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 36-T CABLE TRAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Ladder cable trays. 2. Single-rail cable trays. 3. Trough cable trays. 4. Fiberglass cable trays. B. Related Requirements: 1. Section 270536 "Cable Trays for Communications Systems" for cable trays and accessories serving communications systems. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include data indicating dimensions and finishes for each type of cable tray indicated. B. Shop Drawings: For each type of cable tray. 1. Show fabrication and installation details of cable trays, including plans, elevations, and sections of components and attachments to other construction elements. Designate components and accessories, including clamps, brackets, hanger rods, splice-plate connectors, expansion-joint assemblies, straight lengths, and fittings. C. Delegated-Design Submittal: For seismic restraints. 1. Seismic-Restraint Details: Signed and sealed by a qualified professional engineer, licensed in the state where Project is located, who is responsible for their preparation. 2. Design Calculations: Calculate requirements for selecting seismic restraints. 3. Detail fabrication, including anchorages and attachments to structure and to supported cable trays. 1.04 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Floor plans and sections, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved:. 1. Include scaled cable tray layout and relationships between components and adjacent structural, electrical, and mechanical elements. Cable Trays For Electrical Systems 26 05 36-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Vertical and horizontal offsets and transitions. 3. Clearances for access above and to side of cable trays. 4. Vertical elevation of cable trays above the floor or below bottom of ceiling structure. B. Seismic Qualification Certificates: For cable trays, accessories, and components, from manufacturer. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. C. Field quality-control reports. 2.00 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design cable tray supports and seismic bracing. B. Seismic Performance: Cable trays and supports shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. 1. The term "withstand" means "cable trays will remain in place without separation of any parts when subjected to the seismic forces specified." 2. Component Importance Factor: 1.0. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes in cable tray installed outdoors. 2.02 GENERAL REQUIREMENTS FOR CABLE TRAYS A. Cable Trays and Accessories: Identified as defined in NFPA 70 and marked for intended location, application, and grounding. 1. Source Limitations: Obtain cable trays and components from single manufacturer. B. Sizes and Configurations: See the Cable Tray Schedule on Drawings for specific requirements for types, materials, sizes, and configurations. C. Structural Performance: See articles on individual cable tray types for specific values for the following parameters: 1. Uniform Load Distribution: Capable of supporting a uniformly distributed load on the indicated support span when supported as a simple span and tested according to NEMA VE 1. 2. Concentrated Load: A load applied at midpoint of span and centerline of tray. 3. Load and Safety Factors: Applicable to both side rails and rung capacities. Cable Trays For Electrical Systems 26 05 36-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.03 LADDER CABLE TRAYS A. Manufacturers: Subject to compliance with requirements, [provide products by the following] [provide products by one of the following] [available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following]: B. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following: 1. Allied Tube & Conduit; a Tyco International Ltd. Co. 2. Chalfant Manufacturing Company. 3. Cooper B-Line, Inc. 4. Mono-Systems, Inc. 5. MP Husky. 6. Niedax-Kleinhuis USA, Inc. C. Description: 1. Configuration: Two I-beam side rails with transverse rungs welded to side rails. 2. Rung Spacing: 6 inches (150 mm) o.c. 3. Radius-Fitting Rung Spacing: 9 inches (225 mm) at center of tray's width. 4. Minimum Cable-Bearing Surface for Rungs: 7/8-inch (22-mm) width with radius edges. 5. No portion of the rungs shall protrude below the bottom plane of side rails. 6. Structural Performance of Each Rung: Capable of supporting a maximum cable load, with a safety factor of 1.5, plus a 200-lb (90-kg) concentrated load, when tested according to NEMA VE 1. 7. Minimum Usable Load Depth: 6 inches (150 mm). 8. Straight Section Lengths: 20 feet (6 m) except where shorter lengths are required to facilitate tray assembly. 9. Width: 24 inches (600 mm) unless otherwise indicated on Drawings. 10. Class Designation: Comply with NEMA VE 1, Class 20C. 11. Splicing Assemblies: Bolted type using serrated flange locknuts. 12. Hardware and Fasteners: ASTM F 593 and ASTM F 594 stainless steel, Type 316. 13. Splice Plate Capacity: Splices located within support span shall not diminish rated loading capacity of cable tray. 2.04 TROUGH CABLE TRAYS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Cable Trays For Electrical Systems 26 05 36-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Basis-of-Design Product: Subject to compliance with requirements, provide [ product indicated on Drawings ] < Insert manufacturer's name; product name or designation > or comparable product by one of the following: 1. Allied Tube & Conduit. 2. Chalfant Manufacturing Company. 3. Cooper B-Line, Inc. 4. Mono-Systems, Inc. 5. MP Husky. 6. Niedax-Kleinhuis USA, Inc. C. Description: 1. Configuration: Two longitudinal members (side rails) with a solid sheet over rungs exposed on the interior of the trough, or corrugated sheet with both edges welded to the side rails. 2. Rung Spacing: Rungs or corrugations shall be spaced a maximum of 6 inches (150 mm) o.c. and have a minimum flat bearing surface of 2 inches (50 mm). 3. Radius-Fitting Rung Spacing: 9 inches (225 mm) at center of tray's width. 4. Structural Performance: Capable of supporting a maximum cable load, with a safety factor of 1.5, plus a 200-lb (90-kg) concentrated load, when tested according to NEMA VE 1. 5. Minimum Usable Load Depth: 6 inches (150 mm). 6. Straight Section Lengths: 10 feet (3 m) except where shorter lengths are required to facilitate tray assembly. 7. Width: as required and/or indicated on Drawings. 8. Fitting Minimum Radius: 12 inches (300 mm). 9. Class Designation: Comply with NEMA VE 1, Class 20C. 10. Splicing Assemblies: Bolted type using serrated flange locknuts. 11. Splicing Assembly Capacity: Splices located within support span shall not diminish rated loading capacity of cable tray. 12. Hardware and Fasteners: ASTM F 593 and ASTM F 594 stainless steel, Type 316. 2.05 MATERIALS AND FINISHES A. Aluminum: 1. Materials: Alloy 6063-T6 according to ANSI H35.1/H 35.1M for extruded components, and Alloy 6061-T6 according to ANSI H35.1/H 35.1M for fabricated parts. 2. Hardware: Stainless steel, Type 316, ASTM F 593 and ASTM F 594. 3. Hardware for Aluminum Cable Tray Used Outdoors: Stainless steel, Type 316, ASTM F 593 and ASTM F 594. Cable Trays For Electrical Systems 26 05 36-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Stainless Steel: 2.06 CABLE TRAY ACCESSORIES A. Fittings: Tees, crosses, risers, elbows, and other fittings as indicated, of same materials and finishes as cable tray. B. Barrier Strips: Same materials and finishes as for cable tray. C. Cable tray supports and connectors, including bonding jumpers, as recommended by cable tray manufacturer. 2.07 WARNING SIGNS A. Lettering: 1-1/2-inch- (40-mm-) high, black letters on yellow background with legend "Warning! Not To Be Used as Walkway, Ladder, or Support for Ladders or Personnel." B. Comply with requirements for fasteners in Section 260553 "Identification for Electrical Systems." 2.08 SOURCE QUALITY CONTROL A. Testing: Test and inspect cable trays according to NEMA FG 1. 3.00 EXECUTION 3.01 CABLE TRAY INSTALLATION A. Install cable trays according to NEMA FG 1. B. Install cable trays as a complete system, including fasteners, hold-down clips, support systems, barrier strips, adjustable horizontal and vertical splice plates, elbows, reducers, tees, crosses, cable dropouts, adapters, covers, and bonding. C. Install cable trays so that the tray is accessible for cable installation and all splices are accessible for inspection and adjustment. D. Remove burrs and sharp edges from cable trays. E. Join aluminum cable tray with splice plates; use four square-neck carriage bolts and locknuts. F. Fasten cable tray supports to building structure. G. Design fasteners and supports to carry cable tray, the cables, and a concentrated load of 200 lb (90 kg). Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems. H. Place supports so that spans do not exceed maximum spans on schedules and provide clearances shown on Drawings. Install intermediate supports when cable weight exceeds the load-carrying capacity of the tray rungs. I. Construct supports from channel members, threaded rods, and other appurtenances furnished by cable tray manufacturer. Arrange supports in trapeze or wall-bracket form as required by application. Cable Trays For Electrical Systems 26 05 36-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 J. Support bus assembly to prevent twisting from eccentric loading. K. Install center-hung supports for single-rail trays designed for 60 versus 40 percent eccentric loading condition, with a safety factor of 3. L. Locate and install supports according to NEMA FG 1. Do not install more than one cable tray splice between supports. M. Make connections to equipment with flanged fittings fastened to cable trays and to equipment. Support cable trays independent of fittings. Do not carry weight of cable trays on equipment enclosure. N. Install expansion connectors where cable trays cross building expansion joints and in cable tray runs that exceed dimensions recommended in NEMA FG 1. Space connectors and set gaps according to applicable standard. O. Make changes in direction and elevation using manufacturer's recommended fittings. P. Make cable tray connections using manufacturer's recommended fittings. Q. Seal penetrations through fire and smoke barriers. Comply with requirements in Section 078413 "Penetration Firestopping." R. Install capped metal sleeves for future cables through firestop-sealed cable tray penetrations of fire and smoke barriers. S. Install cable trays with enough workspace to permit access for installing cables. T. Install barriers to separate cables of different systems, such as power, communications, and data processing; or of different insulation levels, such as 600, 5000, and 1000 V. U. Clamp covers on cable trays installed outdoors with heavy-duty clamps. V. Install warning signs in visible locations on or near cable trays after cable tray installation. 3.02 CABLE TRAY GROUNDING A. Ground cable trays according to NFPA 70 unless additional grounding is specified. Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." B. Cable trays with electrical power conductors shall be bonded together with splice plates listed for grounding purposes or with listed bonding jumpers. C. When using epoxy- or powder-coat painted cable trays as a grounding conductor, completely remove coating at all splice contact points or ground connector attachment. After completing splice-to-grounding-bolt attachment, repair the coated surfaces with coating materials recommended by cable tray manufacturer. D. Bond cable trays to power source for cables contained within with bonding conductors sized according to NFPA 70, Article 250.122, "Size of Equipment Grounding Conductors." 3.03 CABLE INSTALLATION A. Install cables only when each cable tray run has been completed and inspected. B. Fasten cables on horizontal runs with cable clamps or cable ties according to NEMA VE 2. Tighten clamps only enough to secure the cable, without indenting the cable jacket. Install cable ties with a tool that includes an automatic pressure-limiting device. Cable Trays For Electrical Systems 26 05 36-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Fasten cables on vertical runs to cable trays every 18 inches (450 mm). D. Fasten and support cables that pass from one cable tray to another or drop from cable trays to equipment enclosures. Fasten cables to the cable tray at the point of exit and support cables independent of the enclosure. The cable length between cable trays or between cable tray and enclosure shall be no more than 72 inches (1800 mm). E. In existing construction, remove inactive or dead cables from cable trays. 3.04 CONNECTIONS A. Remove paint from all connection points before making connections. Repair paint after the connections are completed. B. Connect raceways to cable trays according to requirements in NEMA VE 2 and NEMA FG 1. 3.05 FIELD QUALITY CONTROL A. Perform the following tests and inspections[ with the assistance of a factory-authorized service representative]: 1. After installing cable trays and after electrical circuitry has been energized, survey for compliance with requirements. 2. Visually inspect cable insulation for damage. Correct sharp corners, protuberances in cable trays, vibrations, and thermal expansion and contraction conditions, which may cause or have caused damage. 3. Verify that the number, size, and voltage of cables in cable trays do not exceed that permitted by NFPA 70. Verify that communications or data-processing circuits are separated from power circuits by barriers or are installed in separate cable trays. 4. Verify that there are no intruding items such as pipes, hangers, or other equipment in the cable tray. 5. Remove dust deposits, industrial process materials, trash of any description, and any blockage of tray ventilation. 6. Visually inspect each cable tray joint and each ground connection for mechanical continuity. Check bolted connections between sections for corrosion. Clean and retorque in suspect areas. 7. Check for improperly sized or installed bonding jumpers. 8. Check for missing, incorrect, or damaged bolts, bolt heads, or nuts. When found, replace with specified hardware. 9. Perform visual and mechanical checks for adequacy of cable tray grounding; verify that all takeoff raceways are bonded to cable trays. Test entire cable tray system for continuity. Maximum allowable resistance is 1 ohm. B. Prepare test and inspection reports. 3.06 PROTECTION A. Protect installed cable trays and cables. Cable Trays For Electrical Systems 26 05 36-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Install temporary protection for cables in open trays to safeguard exposed cables against falling objects or debris during construction. Temporary protection for cables and cable tray can be constructed of wood or metal materials and shall remain in place until the risk of damage is over. 2. Repair damage to galvanized finishes with zinc-rich paint recommended by cable tray manufacturer. 3. Repair damage to paint finishes with matching touchup coating recommended by cable tray manufacturer. END OF SECTION Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 43-T UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Conduit, ducts, and duct accessories for concrete-encased duct banks. 2. Handholes and boxes. 3. Manholes. 1.03 DEFINITION A. RNC: Rigid nonmetallic conduit. 1.04 ACTION SUBMITTALS A. Product Data: For the following: 1. Duct-bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends, fittings, and solvent cement. 3. Accessories for manholes, handholes, boxes, and other utility structures. 4. Warning tape. 5. Warning planks. B. Shop Drawings for Precast or Factory-Fabricated Underground Utility Structures: Include plans, elevations, sections, details, attachments to other work, and accessories, including the following: 1. Duct entry provisions, including locations and duct sizes. 2. Reinforcement details. 3. Frame and cover design and manhole frame support rings. 4. Ladder details. 5. Grounding details. 6. Dimensioned locations of cable rack inserts, pulling-in and lifting irons, and sumps. 7. Joint details. C. Shop Drawings for Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following: Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Duct entry provisions, including locations and duct sizes. 2. Cover design. 3. Grounding details. 4. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons. 1.05 INFORMATIONAL SUBMITTALS A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures. 1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings. 2. Drawings shall be signed and sealed by a qualified professional engineer. B. Product Certificates: For concrete and steel used in precast concrete manholes and handholes, as required by ASTM C 858. C. Qualification Data: For professional engineer and testing agency. D. Source quality-control test reports. E. Field quality-control test reports. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated. B. Comply with ANSI C2. C. Comply with NFPA 70. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming. B. Store precast concrete and other factory-fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible. C. Lift and support precast concrete units only at designated lifting or supporting points. 1.08 PROJECT CONDITIONS A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than 7 days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.09 COORDINATION A. Coordinate layout and installation of ducts, manholes, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field. B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Furnish cable-support stanchions, arms, insulators, and associated fasteners in quantities equal to 5 percent of quantity of each item installed. 2.00 PRODUCTS 2.01 CONDUIT A. As per section 260533 “Raceway and Boxes for Electrical Systems”. 2.02 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Description: Comply with SCTE 77. 1. Color: Green. 2. First option in first subparagraph below facilitates bottom duct entry. Second option may be provided by a separate slab placed in the excavation under an open-bottom enclosure; third option is obtained by molding or fabricating the bottom integrally with the body of the unit. 3. Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated. 4. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure. 5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." Or as indicated for each service. 7. Consider retaining subparagraph below if wires or cables are direct buried and will enter enclosure through the side. Otherwise, entry will be made through an open bottom or through side openings cut in the field as specified in Part 3. Coordinate with Drawings. 8. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 9. Retain first subparagraph below if ducts will enter enclosure through the side. Otherwise, entry will be made through an open bottom or through side openings cut in the field as specified in Part 3. Coordinate with Drawings. 10. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis. e. Approved equal. C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet-molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast. e. Approved equal. D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of fiberglass. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc. d. Approved equal. 2.03 PRECAST MANHOLES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Carder Concrete Products. 2. Christy Concrete Products. 3. Elmhurst-Chicago Stone Co. 4. Oldcastle Precast Group. 5. Riverton Concrete Products; a division of Cretex Companies, Inc. 6. Utility Concrete Products, LLC. 7. Utility Vault Co. 8. Wausau Tile, Inc. 9. Approved equal. C. Comply with ASTM C 858, with structural design loading as specified in Part 3 "Underground Enclosure Application" Article and with interlocking mating sections, complete with accessories, hardware, and features. 1. Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks plus an additional 12 inches (300 mm) vertically and horizontally to accommodate alignment variations. a. Windows shall be located no less than 6 inches (150 mm) from interior surfaces of walls, floors, or roofs of manholes, but close enough to corners to facilitate racking of cables on walls. b. Window opening shall have cast-in-place, welded wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks. c. Window openings shall be framed with at least two additional No. 4 steel reinforcing bars in concrete around each opening. 2. Duct Entrances in Manhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct. a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located near interior corners of manholes to facilitate racking of cable. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. Concrete Knockout Panels: 1-1/2 to 2 inches (38 to 50 mm) thick, for future conduit entrance and sleeve for ground rod. E. Joint Sealant: Asphaltic-butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground-water level at grade. 2.04 CAST-IN-PLACE MANHOLES A. Description: Underground utility structures, constructed in place, complete with accessories, hardware, and features. Include concrete knockout panels for conduit entrance and sleeve for ground rod. B. Materials: Comply with ASTM C 858 and with Section 033000 "Cast-in-Place Concrete." C. Structural Design Loading: As specified in Part 3 "Underground Enclosure Application" Article. 2.05 UTILITY STRUCTURE ACCESSORIES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Bilco Company (The). 2. Campbell Foundry Company. 3. Carder Concrete Products. 4. Christy Concrete Products. 5. East Jordan Iron Works, Inc. 6. Elmhurst-Chicago Stone Co. 7. McKinley Iron Works, Inc. 8. Neenah Foundry Company. 9. NewBasis. 10. Oldcastle Precast Group. 11. Osburn Associates, Inc. 12. Pennsylvania Insert Corporation. 13. Riverton Concrete Products; a division of Cretex Companies, Inc.. 14. Strongwell Corporation; Lenoir City Division. 15. Underground Devices, Inc. 16. Utility Concrete Products, LLC. 17. Utility Vault Co. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 18. Wausau Tile, Inc. 19. Approved equal. C. Manhole Frames, Covers, and Chimney Components: Comply with structural design loading specified for manhole. 1. Frame and Cover: Weatherproof, gray cast iron complying with ASTM A 48/A 48M, Class 30B with milled cover-to-frame bearing surfaces; diameter, 3 6 inches. a. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. b. Special Covers: Recess in face of cover designed to accept finish material in paved areas. 2. Cover Legend: Cast in. Selected to suit system. a. Legend: "ELECTRIC-LV" for duct systems with power wires and cables for systems operating at 600 V and less. b. Legend: "ELECTRIC-HV" for duct systems with medium-voltage cables. c. Legend: "SIGNAL" for communications, data, and telephone duct systems. 3. Manhole Chimney Components: Precast concrete rings with dimensions matched to those of roof opening. a. Mortar for Chimney Ring and Frame and Cover Joints: Comply with ASTM C 270, Type M, except for quantities less than 2.0 cu. ft. (60 L) where packaged mix complying with ASTM C 387, Type M, may be used. 4. Manhole Sump Frame and Grate: ASTM A 48/A 48M, Class 30B, gray cast iron. D. Pulling Eyes in Concrete Walls: Eyebolt with reinforcing-bar fastening insert, 2-inch- (50- mm-) diameter eye, and 1-by-4-inch (25-by-100-mm) bolt. 1. Working Load Embedded in 6-Inch (150-mm), 4000-psi (27.6-MPa) Concrete: 13,000-lbf (58-kN) minimum tension. E. Pulling Eyes in Nonconcrete Walls: Eyebolt with reinforced fastening, 1-1/4-inch- (32-mm-) diameter eye, rated 2500-lbf (11-kN) minimum tension. F. Pulling-In and Lifting Irons in Concrete Floors: 7/8-inch- (22-mm-) diameter, hot-dip galvanized, bent steel rod; stress relieved after forming; and fastened to reinforcing rod. Exposed triangular opening. 1. Ultimate Yield Strength: 40,000-lbf (180-kN) shear and 60,000-lbf (270-kN) tension. G. Bolting Inserts for Concrete Utility Structure Cable Racks and Other Attachments: Flared, threaded inserts of noncorrosive, chemical-resistant, nonconductive thermoplastic material; 1/2-inch (13-mm) ID by 2-3/4 inches (69 mm) deep, flared to 1-1/4 inches (32 mm) minimum at base. 1. Tested Ultimate Pullout Strength: 12,000 lbf (53 kN) minimum. H. Expansion Anchors for Installation after Concrete Is Cast: Zinc-plated, carbon-steel-wedge type with stainless-steel expander clip with 1/2-inch (13-mm) bolt, 5300-lbf (24-kN) rated pullout strength, and minimum 6800-lbf (30-kN) rated shear strength. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 I. Cable Rack Assembly: Steel, hot-dip galvanized, except insulators. 1. Stanchions: T-section or channel; 2-1/4-inch (57-mm) nominal size; punched with 14 holes on 1-1/2-inch (38-mm) centers for cable-arm attachment. 2. Arms: 1-1/2 inches (38 mm) wide, lengths ranging from 3 inches (75 mm) with 450-lb (204-kg) minimum capacity to 18 inches (460 mm) with 250-lb (114-kg) minimum capacity. Arms shall have slots along full length for cable ties and be arranged for secure mounting in horizontal position at any vertical location on stanchions. 3. Insulators: High-glaze, wet-process porcelain arranged for mounting on cable arms. J. Cable Rack Assembly: Nonmetallic. Components fabricated from nonconductive, fiberglass- reinforced polymer. 1. Stanchions: Nominal 36 inches (900 mm) high by 4 inches (100 mm) wide, with minimum of 9 holes for arm attachment. 2. Arms: Arranged for secure, drop-in attachment in horizontal position at any location on cable stanchions, and capable of being locked in position. Arms shall be available in lengths ranging from 3 inches (75 mm) with 450-lb (204-kg) minimum capacity to 20 inches (508 mm) with 250-lb (114-kg) minimum capacity. Top of arm shall be nominally 4 inches (100 mm) wide, and arm shall have slots along full length for cable ties. K. Duct-Sealing Compound: Nonhardening, safe for contact with human skin, not deleterious to cable insulation, and workable at temperatures as low as 35 deg F (2 deg C). Capable of withstanding temperature of 300 deg F (150 deg C) without slump and adhering to clean surfaces of plastic ducts, metallic conduits, conduit coatings, concrete, masonry, lead, cable sheaths, cable jackets, insulation materials, and common metals. L. Fixed Manhole Ladders: Arranged for attachment to wall of manhole. Ladder and mounting brackets and braces shall be fabricated from hot-dip galvanized steel. M. Cover Hooks: Heavy duty, designed for lifts 60 lbf (270 N) and greater. 2.06 SOURCE QUALITY CONTROL A. Test and inspect precast concrete utility structures according to ASTM C 1037. B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied. 1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent testing agency or the manufacturer. A City provided qualified registered professional engineer shall certify tests by manufacturer. 3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards. 3.00 EXECUTION 3.01 UNDERGROUND DUCT APPLICATION Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Ducts for Electrical Cables Over 600 V: RNC, NEMA Type EPC-40-PVC, in concrete-encased duct bank, unless otherwise indicated. B. Ducts for Electrical Feeders 600 V and Less: RNC , NEMA Type EPC-40-PVC, in concrete- encased duct bank, unless otherwise indicated. C. Underground Ducts for Telephone, Communications, or Data Utility Service Cables: RNC, NEMA Type EPC-40-PVC, in concrete-encased duct bank, unless otherwise indicated. D. Underground Ducts Crossing paved paths, walks, driveways, roadways or railroads: RNC, NEMA Type EPC-40-PVC, encased in reinforced concrete. 3.02 UNDERGROUND ENCLOSURE APPLICATION A. Handholes and Boxes for 600 V and Less, Including Telephone, Communications, and Data Wiring: 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17, H-20 structural load rating. 2. Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77, Tier 15 structural load rating. 3. Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer concrete units, SCTE 77, Tier 8 structural load rating. 4. Units Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf (13 345-N) vertical loading. B. Manholes: Precast concrete. 1. Units Located in Roadways and Other Deliberate Traffic Paths by Heavy or Medium Vehicles: H-20 structural load rating according to AASHTO HB 17. 2. Units Not Located in Deliberate Traffic Paths by Heavy or Medium Vehicles: H-10 load rating according to AASHTO HB 17. 3.03 EARTHWORK A. Excavation and Backfill: Do not use heavy-duty, hydraulic-operated, compaction equipment. B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed. C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. D. Cut and patch existing pavement in the path of underground ducts and utility structures according to Section 017329 "Cutting and Patching." 3.04 DUCT INSTALLATION Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions. B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends both horizontally and vertically, at other locations, unless otherwise indicated. C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane. D. Duct Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches (250 mm) o.c. for 5-inch (125-mm) ducts, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end-bell spacing 10 feet (3 m) from the end bell without reducing duct line slope and without forming a trap in the line. 2. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole. 3. Grout end bells into structure walls from both sides to provide watertight entrances. E. Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least 10 feet (3 m) outside the building wall without reducing duct line slope away from the building, and without forming a trap in the line. Use fittings manufactured for duct-to- conduit transition. Install conduit penetrations of building walls as specified in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." F. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03-MPa) hydrostatic pressure. G. Pulling Cord: Install 100-lbf- (445-N-) test nylon cord in ducts, including spares. H. Concrete-Encased Ducts: Support ducts on duct separators. 1. Separator Installation: Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric straps; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. 2. Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a. Start at one end and finish at the other, allowing for expansion and contraction of ducts as their temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion-contraction damage. b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4-inch (19-mm) reinforcing rod dowels extending 18 inches (450 mm) into concrete on both sides of joint near corners of envelope. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 3. Pouring Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle, uniformly filling all open spaces. Do not use power-driven agitating equipment unless specifically designed for duct-bank application. 4. Reinforcement: Reinforce concrete-encased duct banks where they cross disturbed earth and where indicated. Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. 5. Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting and concrete envelope can be poured without soil inclusions; otherwise, use forms. 6. Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope wall, 2 inches (50 mm) between ducts for like services, and 4 inches (100 mm) between power and signal ducts. 7. Depth: Install top of duct bank at least 24 inches (600 mm) below finished grade in areas not subject to deliberate traffic, and at least 30 inches (750 mm) below finished grade in deliberate traffic paths for vehicles, unless otherwise indicated. 8. Stub-Ups: Use manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Extend concrete encasement throughout the length of the elbow. 9. Stub-Ups: Use manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete. b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of base. Install insulated grounding bushings on terminations at equipment. 10. Warning Tape: Bury warning tape approximately 12 inches (300 mm) above all concrete-encased ducts and duct banks. Align tape parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart, horizontally. 3.05 INSTALLATION OF CONCRETE MANHOLES, HANDHOLES, AND BOXES A. Precast Concrete Handhole and Manhole Installation: 1. Comply with ASTM C 891, unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch (25-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 12 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Elevations: 1. Manhole Roof: Install with rooftop at least 15 inches (380 mm) below finished grade or as indicated on drawings. 2. Manhole Frame: In paved areas and trafficways, set frames flush with finished grade. Set other manhole frames 1 inch (25 mm) above finished grade. 3. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade. 4. Where indicated, cast handhole cover frame integrally with handhole structure. C. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated. D. Manhole Access: Circular opening in manhole roof; sized to match cover size. 1. Manholes with Fixed Ladders: Offset access opening from manhole centerlines to align with ladder. 2. Install chimney, constructed of precast concrete collars and rings to support frame and cover and to connect cover with manhole roof opening. Provide moisture-tight masonry joints and waterproof grouting for cast-iron frame to chimney. E. Hardware: Install removable hardware, including pulling eyes, cable stanchions, and cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. F. Fixed Manhole Ladders: Arrange to provide for safe entry with maximum clearance from cables and other items in manholes. G. Field-Installed Bolting Anchors in Manholes and Concrete Handholes: Do not drill deeper than 3-7/8 inches (98 mm) for manholes and 2 inches (50 mm) for handholes, for anchor bolts installed in the field. Use a minimum of two anchors for each cable stanchion. H. Warning Sign: Install "Confined Space Hazard" warning sign on the inside surface of each manhole cover. 3.06 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.7-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade. D. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. Underground Ducts And Raceways For Electrical Systems 26 05 43-T - 13 Whitecap WWTP UV Disinfection System Upgrade – E10179 E. Field-cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. F. For enclosures installed in asphalt paving or earth and subject to occasional, nondeliberate, heavy-vehicle loading, form and pour a concrete ring encircling, and in contact with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth. 1. Concrete: 3000 psi (20 kPa), 28-day strength, complying with Section 033000 "Cast-in- Place Concrete," with a troweled finish. 1. Dimensions: 10 inches wide by 12 inches deep (250 mm wide by 300 mm deep) . 3.07 GROUNDING A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems." 3.08 FIELD QUALITY CONTROL A. Perform the following tests and inspections and prepare test reports: 1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures. 2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest. 3. Test manhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Section 260526 "Grounding and Bonding for Electrical Systems." B. Correct deficiencies and retest as specified above to demonstrate compliance. 3.09 CLEANING A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts. B. Clean internal surfaces of manholes, including sump. Remove foreign material. END OF SECTION Identification for Electrical Systems 26 05 53-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 53-T IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTALS A. Product Data: For each electrical identification product indicated. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, are not acceptable. 2.00 PRODUCTS 2.01 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: Identification for Electrical Systems 26 05 53-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Tags relying on adhesives or tapes-on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of perma- nent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an “S” suffix. Travelers shall have the designation described above on their tags, plus a “T” suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.02 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. 2.03 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE 2.04 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless oth- erwise indicated. C. Baked-Enamel Warning Signs: Identification for Electrical Systems 26 05 53-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1/4-inch grommets in corners for mounting. 3. Nominal size, 7 by 10 inches. D. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.05 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 inch. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient view- ing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. Underground-Line Warning Tape: During backfilling of trenches install continuous under- ground-line warning tape directly above line at 6 to 8 inches below finished grade. Use mul- tiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. G. Painted Identification: Comply with requirements in Division 09 painting Sections for sur- face preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase. Identification for Electrical Systems 26 05 53-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below for un- grounded service, feeder, and branch-circuit conductors. a. Color shall be field applied for sizes larger than No. 8 AWG b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White c. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a mini- mum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwind- ing. Locate bands to avoid obscuring factory cable markings. B. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground-line warning tape to direct-buried cables. 2. Install underground-line warning tape for both direct-buried cables and cables in race- way. C. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equip- ment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. D. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. E. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems un- less equipment is provided with its own identification. Identification for Electrical Systems 26 05 53-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Labeling Instructions: a. Indoor Equipment: stainless steel screws and nuts, engraved and laminated name- plates. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appro- priate mechanical fasteners that do not change the NEMA or NRTL rating of the en- closure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panel- board manufacturer. Panelboard identification shall be laminated acrylic or mela- mine label and placed in a clear plastic sleeve. b. Enclosures and electrical cabinets. c. Switchgear. d. Switchboards. e. Transformers: Label that includes tag designation shown on Drawings for the trans- former, feeder, and panelboards or equipment supplied by the secondary. f. Motor-control centers. g. Enclosed switches. h. Enclosed circuit breakers. i. Enclosed controllers. j. Push-button stations. k. Contactors. l. Monitoring and control equipment. m. UPS equipment. n. Junction and Pull Boxes. END OF SECTION Electrical Power System Studies 26 05 73.01-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 05 73.01-T ELECTRICAL POWER SYSTEM STUDIES 1.00 GENERAL 1.01 DESCRIPTION General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, and an arc flash hazard analysis for the electrical power system as shown on the plans. NO EQUIPMENT IS TO BE ENERGIZED UNTIL THE POWER SYSTEM STUDIES HAVE BEEN APPROVED BY THE ENGINEER, THE PROTECTIVE RELAYS AND BREAKERS HAVE BEEN SET PER THE SHORT CIRCUIT AND RELAY COORDINATION STUDY AND THE ARC FLASH LABELS HAVE BEEN INSTALLED ON THE EQUIPMENT. NO EXCEPTIONS. Short Circuit and Protective Device Coordination Study, and Arc Flash Analysis The studies shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Studies shall include settings for all protective relays and electric system monitoring. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, various suppliers, and from conducting his own field investigations. A. Scope: 1. The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Relay Coordination Study, and Arc Flash Analysis. All cable and raceway data, data from all new Switchgear, motor control centers, transformers, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Electric Utility. The use of infinite bus fault current calculation is not acceptable. 3. The studies shall include both scenarios: under normal power and under generator power. Electrical Power System Studies 26 05 73.01-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 4. Provide a complete short circuit study. Include three phase and phase-to-ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. Electrical equipment bus impedance shall be assumed zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the Study is not acceptable. Study shall use actual motor X/R and subtransient reactance data obtained from equipment suppliers. 5. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up-stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, generator damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground-fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier’s equipment (such as soft starters, switchgear) shall be in included. Include the last protective device in the Electric Utility’s system feeding each facility being considered. 6. Provide Time-Current Curves on 11X17 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time-current curves (11x17 log-log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 7. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 8. Provide arc flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 9. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 10. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEER's attention. Electrical Power System Studies 26 05 73.01-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 11. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the ENGINEER. 12. The report shall include a comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 13. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 14. The CONTRACTOR shall coordinate with the Utility for electrical data required for the studies. 15. The studies shall include and model the different operating configurations that may be encountered at the pump station. This includes different transformers operating individually with various main and tie breakers open and closed. The studies shall clearly identify the particular operating configuration being evaluated. 1.02 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. Reference Title IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc-Flash Hazard Calculations NEC National Electrical Code 1.03 SCHEDULE A. The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.04 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall include: A. Shop Drawings: 1. Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The CONTRACTOR can provide time current curves on 8 ½ x 11 log-log type paper as a supplement but not as a replacement. 2. Arc Flash Hazard Analysis Electrical Power System Studies 26 05 73.01-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment – switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one-line diagram color-coded to show the incident ranges & clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range & clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Green to indicate a Category 0 b) Blue to indicate a Category 1 c) Brown to indicate a Category 2 d) Yellow to indicate a Category 3 e) Orange to indicate a Category 4 f) Red to indicate Above a Category 4 B. Provide six (6) bound color copies of the completed studies to be submitted to the ENGINEER for approval. Each hard copy of studies shall be bound in a 3-ring binder. C. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up. The Contractor shall submit the Power System Studies for Engineer Approval. The Studies shall include an updated copy of the color copy Arc Flash Labels. D. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. 1. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. 2.00 EXECUTION 2.01 GENERAL A. Provide a short-circuit and relay coordination study load flow and motor starting study, and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. Electrical Power System Studies 26 05 73.01-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.02 QUALIFICATIONS A. The studies shall be performed by the by an electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional ENGINEER’s seal will not be reviewed and returned Not Approved, Revise & Resubmit. 2.03 SHORT CIRCUIT STUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays, direct- acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (ie. Impedence, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1) Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. i. One-Line showing available fault current at each bus all the way down to the 208Y/120V panelboards. Electrical Power System Studies 26 05 73.01-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.04 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log-log graph paper: 1. The time-current coordination analysis shall be performed with aid of a digital computer. a. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 2. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 3. Time-current curves and points for cable and equipment damage. 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.05 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. Electrical Power System Studies 26 05 73.01-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. The CONTRACTOR shall adjust all adjustable time-current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time-current devices to avoid nuisance tripping. C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, prohibited approach boundary and appropriate PPE required. D. The CONTRACTOR shall provide project specific arc-flash labeling. The arc-flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc-flash labels a maximum of 6’- 6” AFF, include the housekeeping pad in the mounting height. The CONTRACTOR shall provide arc-flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. 1. Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40cal/cm 2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary and the Prohibited Approach Boundary. G. The arc-flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc-flash software program shall be used to calculate the available arcing fault at each bus in the system, the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. H. The report shall include the following information: Arc-flash evaluation table, arc-flash and shock hazard label definitions, arc-flash evaluation information, arc-flash and shock hazard labels and definitions of terms used in the arc-flash hazard analysis. Electrical Power System Studies 26 05 73.01-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 I. Arc Flash labels shall be similar to the following example: END OF SECTION Electrical Power System Studies 26 05 73.01-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 Attachment A SUBMITTAL CHECKLIST SPECIFICATION: 26 05 73.01 Electrical Power INSTRUCTIONS: 1. Prior to sending submittal fill out checklist and verify all of the following information is included and clearly identified by highlighting, circling or other method. The items below are the minimum required and the Engineer may require additional information. 2. Indicate any substitutions or deviations from the specification and provide additional information as required per Specification 01 33 00, “Submittal Procedures.” 3. Sign form prior to submittal and include with submittal. Submittals provided without “Submittal Checklist” will be returned without review. CHECK BOX IF ITEM HAS BEEN ADDRESSED: 1. Provide Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The CONTRACTOR can provide time current curves on 8 ½ x 11 log-log type paper as a supplement but not as a replacement. 2. Provide Arc Flash Hazard Analysis. 3. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment – switchgear, starters, motor control center, panelboards, starters, etc. 4. Provide a copy of the one-line diagram color-coded to show the incident ranges & clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range & clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Green to indicate a Category 0 b) Blue to indicate a Category 1 c) Brown to indicate a Category 2 d) Yellow to indicate a Category 3 e) Orange to indicate a Category 4 f) Red to indicate Above a Category 4 5. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. Provide Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. Electrical Power System Studies 26 05 73.01-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 8. Provide letter of qualification for studies being performed by the electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional ENGINEER’s seal will not be reviewed and returned Not Approved, Revise & Resubmit. CONTRACTOR NOTES/COMMENTS TO ENGINEER: STATEMENT: I have reviewed and certify that the submittal is complete and that the submittal is legible, accurate, and complete in a clear, easily understood manner. Signature: Date: Low Voltage Transformers 26 22 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 22 00-T LOW-VOLTAGE TRANSFORMERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following types of dry-type transformers rated 600 V and less, with capacities up to 1000 kVA: 1. Distribution transformers 2. Buck-boost transformers 1.03 ACTION SUBMITTALS A. Product Data: Include rated nameplate data, capacities, weights, dimensions, minimum clearances, installed devices and features, and performance for each type and size of transformer indicated. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1.04 INFORMATIONAL SUBMITTALS A. Electrical Seismic Qualification Certification: Submit certification that transformers, accessories, and components will withstand seismic forces defined in Section 260548.16 "Seismic Controls for Electrical Systems." Include the following: 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. a. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified." b. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event." 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Qualification Data: For testing agency. C. Source quality-control test reports. D. Field quality-control test reports. Low Voltage Transformers 26 22 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For transformers to include in emergency, operation, and maintenance manuals. 1.06 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7. C. Source Limitations: Obtain each transformer type through one source from a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with IEEE C57.12.91, "Test Code for Dry-Type Distribution and Power Transformers." 1.07 DELIVERY, STORAGE, AND HANDLING A. Temporary Heating: Apply temporary heat according to manufacturer's written instructions within the enclosure of each ventilated-type unit, throughout periods during which equipment is not energized and when transformer is not in a space that is continuously under normal control of temperature and humidity. 1.08 COORDINATION A. Coordinate size and location of concrete bases with actual transformer provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete B. Coordinate installation of wall-mounting and structure-hanging supports with actual transformer provided. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Low Voltage Transformers 26 22 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Acme Electric Corporation. b. Challenger Electrical Equipment Corp. c. Controlled Power Company. d. Eaton Electrical Sector; Eaton Corporation; Cutler-Hammer Products. e. Federal Pacific Transformer Company. f. General Electric Company. g. Hammond Co. h. Magnetek Power Electronics Group. i. Micron Industries Corp. j. Myers Power Products, Inc. k. Siemens Energy & Automation, Inc. l. Sola/Hevi-Duty. m. Square D Co./Groupe Schneider NA; Schneider Electric. 2.02 GENERAL TRANSFORMER REQUIREMENTS A. Description: Factory-assembled and -tested, air-cooled units for 60-Hz service. B. Cores: Grain-oriented, non-aging silicon steel. C. Coils: Continuous windings without splices except for taps. 1. Internal Coil Connections: Brazed or pressure type. 2. Coil Material: Copper. 2.03 DISTRIBUTION TRANSFORMERS A. Comply with NEMA ST 20, and list and label as complying with UL 1561. B. Provide transformers that are constructed to withstand seismic forces specified in Section 260548.16 "Seismic Controls for Electrical Systems." C. Cores: One leg per phase. D. Enclosure: Ventilated, NEMA 250, Type 2. 1. Core and coil shall be encapsulated within resin compound, sealing out moisture and air. E. Transformer Enclosure Finish: Comply with NEMA 250. 1. Finish Color: ANSI 49 gray. 2.04 ELECTRICAL EQUIPMENT IDENTIFICATION Low Voltage Transformers 26 22 00-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. The identification of electrical equipment shall be in accordance with Section 40 05 53 “Identification for Process Piping and Equipment.” Identify electrical equipment in accordance with the NEC, the local authorities, and as specified. B. Use laminated three-ply engraved plastic nameplates with black surface and white interior core, at least 1/16 inch thick. Engraved lettering shall be condensed gothic at least 1/4 inch high and properly spaced for legible and easy reading. Attach plates to equipment with stainless steel screws. Adhesive attachment is only acceptable on NEMA 4X enclosures. Identify the following items with engraved nameplates, located as follows: 1. Each switch/fuse unit or circuit breaker in each main panel and each distribution panel - adjacent to switch/fuse unit or circuit. 2. Spares shall be labeled “Spare”. 3. Each branch circuit panel - on panel trim cover immediately above panel door. 4. Each safety disconnect switch, relay cabinet, control panel - on outside of cover. 5. Each exhaust fan switch - custom engraved on outside of switch cover plate (high and low if required). 6. Instrument transmitters and sensors. 7. Each motor starter - on outside cover. 8. Each Variable Frequency Drive. 9. Outside light switches - custom engraved on outside of switch cover plate. 10. Any switch for load that cannot be seen from the control point - custom engraved on outside of switch cover plate. C. Branch circuit panelboard directories shall be completely and properly typewritten. Cover with plastic and attach to the inside of the cabinet door. Spares shall be labeled as “Spare.” D. Refer to Section 26 05 19 “Low-Voltage Electrical Power Conductors and Cables” for conductor coding requirements. E. Install special custom engraved switch cover plates with engraving on the outside of the cover plate at outside light switches, and at any switch for equipment which is out of sight from the control point. F. Install same brand/manufacturer fittings throughout the project. Install UL listed products. Fasteners, anchor bolts, nuts, and washers shall be stainless steel. 2.05 LOCKING OF ELECTRICAL FACILITIES A. Install locks immediately upon the installation of the electrical facility. Provide padlocks for exterior electrical facilities subject to unauthorized entry. Furnish the Owner with two keys per lock up to a quantity of 10 keys. Furnish locks to match the Owner’s locking system. Key all locks alike. 2.06 ACCESS DOORS Low Voltage Transformers 26 22 00-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Wherever access is required in walls, ceilings, or soffits to concealed junction boxes, pull boxes or other electrical equipment, provide and install access doors. Install panels in locations approved by the Engineer. Paint as directed. B. Refer to Division 08 for access door requirements. 2.07 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. 2.08 TESTING A. See each section for particular testing requirements for each type of equipment. END OF SECTION Panelboards 26 24 16-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 24 16-T PANELBOARDS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Distribution panelboards. 2. Lighting and appliance branch-circuit panelboards. 3. Load centers. 4. Electronic-grade panelboards. 1.03 DEFINITIONS A. SVR: Suppressed voltage rating. B. TVSS: Transient voltage surge suppressor. 1.04 ACTION SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. 2. Detail enclosure types and details for types other than NEMA 250, Type 1. 3. Detail bus configuration, current, and voltage ratings. 4. Short-circuit current rating of panelboards and overcurrent protective devices. 5. Include evidence of NRTL listing for series rating of installed devices. 6. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components. 7. Include wiring diagrams for power, signal, and control wiring. 8. Include time-current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log-log graft paper; include selectable ranges for each type of overcurrent protective device. 1.05 INFORMATIONAL SUBMITTALS Panelboards 26 24 16-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Qualification Data: For qualified testing agency. B. Field Quality-Control Reports: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. C. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. 1.06 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: 1. Manufacturer's written instructions for testing and adjusting overcurrent protective devices. 2. Time-current curves, including selectable ranges for each type of overcurrent protective device that allows adjustments. 1.07 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two spares for each type of panelboard cabinet lock. 2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection (GFEP) Types: Two spares for each panelboard. 3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 4. Fuses for Fused Power-Circuit Devices: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 1.08 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, and accessories from single source from single manufacturer. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for panelboards including clearances between panelboards and adjacent surfaces and other items. Comply with indicated maximum dimensions. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. Panelboards 26 24 16-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 E. Comply with NEMA PB 1. F. Comply with NFPA 70. 1.09 DELIVERY, STORAGE, AND HANDLING A. Remove loose packing and flammable materials from inside panelboards; install temporary electric heating (250 W per panelboard) to prevent condensation. B. Handle and prepare panelboards for installation according to NEMA PB 1. 1.10 PROJECT CONDITIONS A. Environmental Limitations: 1. Do not deliver or install panelboards until spaces are enclosed and weathertight, wet work in spaces is complete and dry, work above panelboards is complete, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 2. Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Not exceeding 23 deg F (minus 5 deg C) to plus 104 deg F (plus 40 deg C). b. Altitude: Not exceeding 3300 feet (2000 m). B. Service Conditions: NEMA PB 1, usual service conditions, as follows: 1. Ambient temperatures within limits specified. 2. Altitude not exceeding 3300 feet (2000 m). C. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. 3. Comply with NFPA 70E. 1.11 COORDINATION A. Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of equipment, raceways, piping, encumbrances to workspace clearance requirements, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. Panelboards 26 24 16-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. 1.12 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace transient voltage suppression devices that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 2.00 PRODUCTS 2.01 GENERAL REQUIREMENTS FOR PANELBOARDS A. Enclosures: Surface -mounted cabinets. 1. Rated for environmental conditions at installed location. a. Indoor Dry and Clean Locations: NEMA 250, Type 1. b. Outdoor Locations: NEMA 250, Type 4X 316 grade SS. c. Corrosive Locations: NEMA 250, Type 4X, 316 grade SS. d. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250, Type 12. 2. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. 3. Hinged Front Cover: Entire front trim hinged to box and with standard door within hinged trim cover. 4. Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front with flanges for attachment to panelboard, wall, and ceiling or floor. 5. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral with enclosure body. Arrange to isolate individual panel sections. 6. Finishes: a. Panels and Trim: Steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two-coat, baked-on finish consisting of prime coat and thermosetting topcoat. b. Back Boxes: Same finish as panels and trim. c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 7. Directory Card: Inside panelboard door, mounted in transparent card holder. Card to be type written with circuit service. Hand written legends are not allowed. B. Incoming Mains Location: Top and bottom. C. Phase, Neutral, and Ground Buses: Panelboards 26 24 16-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Material: Tin-plated aluminum. 2. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box. 3. Isolated Ground Bus: Adequate for branch-circuit isolated ground conductors; insulated from box. 4. Extra-Capacity Neutral Bus: Neutral bus rated 200 percent of phase bus and UL listed as suitable for nonlinear loads. 5. Split Bus: Vertical buses divided into individual vertical sections. D. Conductor Connectors: Suitable for use with conductor material and sizes. 1. Material: Hard-drawn copper, 98 percent conductivity. 2. Main and Neutral Lugs: Mechanical type. 3. Ground Lugs and Bus-Configured Terminators: Mechanical type. 4. Feed-Through Lugs: Mechanical type, suitable for use with conductor material. Locate at opposite end of bus from incoming lugs or main device. 5. Extra-Capacity Neutral Lugs: Rated 200 percent of phase lugs mounted on extra-capacity neutral bus. E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and overcurrent protective devices. F. Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices. G. Panelboard Short-Circuit Current Rating: Rated for series-connected system with integral or remote upstream overcurrent protective devices and labeled by an NRTL. Include size and type of allowable upstream and branch devices, listed and labeled for series-connected short-circuit rating by an NRTL. H. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit current available at terminals. 2.02 PERFORMANCE REQUIREMENTS A. Surge Suppression: Factory installed as an integral part of indicated panelboards, complying with UL 1449 SPD Type 1. 2.03 DISTRIBUTION PANELBOARDS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) Panelboards 26 24 16-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 5. Approved equal B. Panelboards: NEMA PB 1, power and feeder distribution type. C. Doors: Secured with vault-type latch with tumbler lock; keyed alike. 1. For doors more than 36 inches (914 mm) high, provide two latches, keyed alike. D. Mains: As indicated. E. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes 125 A and Smaller: Bolt-on circuit breakers. F. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes Larger Than 125 A: Bolt-on circuit breakers; plug-in circuit breakers where individual positive-locking device requires mechanical release for removal. 2.04 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) 5. Approved equal. B. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without disturbing adjacent units. E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. F. Column-Type Panelboards: Narrow gutter extension, with cover, to overhead junction box equipped with ground and neutral terminal buses. 2.05 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. (Preferred) 5. Approved equal. Panelboards 26 24 16-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front-mounted, field-adjustable trip setting. 3. Electronic trip circuit breakers with rms sensing; field-replaceable rating plug or field-replicable electronic trip; and the following field-adjustable settings: a. Instantaneous trip. b. Long- and short-time pickup levels. c. Long- and short-time time adjustments. d. Ground-fault pickup level, time delay, and I 2t response. 4. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller; let-through ratings less than NEMA FU 1, RK-5. 5. GFCI Circuit Breakers: Single- and two-pole configurations with Class A ground- fault protection (6-mA trip). 6. Ground-Fault Equipment Protection (GFEP) Circuit Breakers: Class B ground-fault protection (30-mA trip). 7. Arc-Fault Circuit Interrupter (AFCI) Circuit Breakers: Comply with UL 1699; 120/240-V, single-pole configuration. 8. Molded-Case Circuit-Breaker (MCCB) Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials. c. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high- intensity discharge (HID) lighting circuits. d. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function with other upstream or downstream devices. e. Multipole units enclosed in a single housing or factory assembled to operate as a single unit B. Fused Switch: NEMA KS 1, Type HD; clips to accommodate specified fuses; lockable handle. Panelboards 26 24 16-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Fuses, and Spare-Fuse Cabinet: Comply with requirements specified in Section 262813 "Fuses." 2. Fused Switch Features and Accessories: Standard ampere ratings and number of poles. 3. Auxiliary Contacts: Two normally open and normally closed contact(s) that operate with switch handle operation. 2.06 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. B. Portable Test Set: For testing functions of solid-state trip devices without removing from panelboard. Include relay and meter test plugs suitable for testing panelboard meters and switchboard class relays. 3.00 EXECUTION 3.01 EXAMINATION A. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1. B. Examine panelboards before installation. Reject panelboards that are damaged or rusted or have been subjected to water saturation. C. Examine elements and surfaces to receive panelboards for compliance with installation tolerances and other conditions affecting performance of the Work. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install panelboards and accessories according to NEMA PB 1.1. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from panelboards. C. Mount top of trim 72 inches (1828 mm) above finished floor unless otherwise indicated. D. Mount panelboard cabinet plumb and rigid without distortion of box. E. Install overcurrent protective devices and controllers not already factory installed. 1. Set field-adjustable, circuit-breaker trip ranges. F. Install filler plates in unused spaces. G. Arrange conductors in gutters into groups and bundle and wrap with wire ties. H. Comply with NECA 1. 3.03 IDENTIFICATION A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with Section 260553 "Identification for Electrical Systems." Panelboards 26 24 16-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Create a directory to indicate installed circuit loads; incorporate Owner's final room designations. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. C. Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." D. Device Nameplates: Label each branch circuit device in distribution panelboards with a nameplate complying with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 3.04 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each panelboard. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each panelboard 11 months after date of Substantial Completion. c. Instruments and Equipment: 1). Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. F. Panelboards will be considered defective if they do not pass tests and inspections. Panelboards 26 24 16-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 G. Prepare test and inspection reports, including a certified report that identifies panelboards included and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.05 ADJUSTING A. Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer. B. Set field-adjustable circuit-breaker trip ranges as indicated. C. Load Balancing: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes. 1. Measure as directed during period of normal system loading. 2. Perform load-balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. 3.06 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions. END OF SECTION Wiring Devices 26 27 26-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 27 26-T WIRING DEVICES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Receptacles, receptacles with integral GFCI, and associated device plates. 2. Twist-locking receptacles. 3. Weather-resistant receptacles. 4. Snap switches and wall-box dimmers. 5. Communications outlets. 1.03 DEFINITIONS A. EMI: Electromagnetic interference. B. GFCI: Ground-fault circuit interrupter. C. Pigtail: Short lead used to connect a device to a branch-circuit conductor. D. RFI: Radio-frequency interference. E. TVSS: Transient voltage surge suppressor. F. UTP: Unshielded twisted pair. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Receptacles for Owner-Furnished Equipment: Match plug configurations. 2. Cord and Plug Sets: Match equipment requirements. 1.05 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. 1.06 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.07 CLOSEOUT SUBMITTALS Wiring Devices 26 27 26-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing-label warnings and instruction manuals that include labeling conditions. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles: 1. Cooper Wiring Devices; Division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand (Pass & Seymour). B. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. 2.02 GENERAL WIRING-DEVICE REQUIREMENTS A. Wiring Devices, Components, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Comply with NFPA 70. C. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with the requirements in this Section. 2.03 STRAIGHT-BLADE RECEPTACLES A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6 Configuration 5-20R, UL 498, and FS W-C-596. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; 5351 (single), CR5362 (duplex). b. Hubbell; HBL5351 (single), HBL5352 (duplex). c. Leviton; 5891 (single), 5352 (duplex). d. Pass & Seymour; 5361 (single), 5362 (duplex). 2.04 GFCI RECEPTACLES A. General Description: 1. Straight blade, non-feed-through type. 2. Comply with NEMA WD 1, NEMA WD 6, UL 498, UL 943 Class A, and FS W-C-596. Wiring Devices 26 27 26-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 3. Include indicator light that shows when the GFCI has malfunctioned and no longer provides proper GFCI protection. B. Duplex GFCI Convenience Receptacles, 125 V, 20 A: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; VGF20. b. Hubbell; GFR5352L. c. Pass & Seymour; 2095. d. Leviton; 7590. 2.05 TOGGLE SWITCHES A. Comply with NEMA WD 1, UL 20, and FS W-S-896. B. Switches, 120/277 V, 20 A: 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following : a. Single Pole: 1). Cooper; AH1221. 2). Hubbell; HBL1221. 3). Leviton; 1221-2. 4). Pass & Seymour; CSB20AC1. b. Two Pole: 1). Cooper; AH1222. 2). Hubbell; HBL1222. 3). Leviton; 1222-2. 4). Pass & Seymour; CSB20AC2. c. Three Way: 1). Cooper; AH1223. 2). Hubbell; HBL1223. 3). Leviton; 1223-2. 4). Pass & Seymour; CSB20AC3. d. Four Way: 1). Cooper; AH1224. 2). Hubbell; HBL1224. 3). Leviton; 1224-2. 4). Pass & Seymour; CSB20AC4. Wiring Devices 26 27 26-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Tamper-Resistant and Weather-Resistant Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, and UL 498. 1. Products: Subject to compliance with requirements available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; TWRBR15. b. Hubbell; DR15TR. c. LevitonTRW15. d. Pass & Seymour; TRW26252. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section, when installed in wet and damp locations. D. GFCI Non-Feed -Through Type, Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; VGF15. b. Hubbell; GF15LA. c. Leviton; 8599. d. Pass & Seymour; 1594. E. GFCI, Tamper-Resistant and Weather-Resistant Convenience Receptacles: Square face, 125 V, 15 A; comply with NEMA WD 1, NEMA WD 6 Configuration 5-15R, UL 498, and UL 943 Class A. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; TWRVGF15. b. Hubbell; GFTR15. c. Pass & Seymour; 1594TRWR. 2. Description: Labeled to comply with NFPA 70, "Receptacles, Cord Connectors, and Attachment Plugs (Caps)" Article, "Tamper-Resistant Receptacles in Dwelling Units" Section. F. Toggle Switches, Square Face, 120/277 V, 15 A: Comply with NEMA WD 1, UL 20, and FS W- S-896. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Cooper; 7621 (single pole), 7623 (three way). b. Hubbell; DS115 (single pole), DS315 (three way). c. Leviton; 5621-2 (single pole), 5623-2 (three way). Wiring Devices 26 27 26-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 d. Pass & Seymour; 2621 (single pole), 2623 (three way). 2.06 FINISHES A. Device Color: 1. Wiring Devices Connected to Normal Power System: As selected by Architect unless otherwise indicated or required by NFPA 70 or device listing. 2. TVSS Devices: Blue. B. Wall Plate Color: For plastic covers, match device color. 3.00 EXECUTION 4.00 INSTALLATION A. Comply with NECA 1, including mounting heights listed in that standard, unless otherwise indicated. B. Coordination with Other Trades: 1. Protect installed devices and their boxes. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until right before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted, provided the outlet box is large enough. D. Device Installation: 1. Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. Wiring Devices 26 27 26-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches (152 mm) in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down, and on horizontally mounted receptacles to the left. F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. 4.02 GFCI RECEPTACLES A. Install non-feed-through-type GFCI receptacles. 4.03 IDENTIFICATION A. Comply with Section 260553 "Identification for Electrical Systems." B. Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes. 4.04 FIELD QUALITY CONTROL A. Perform the following tests and inspections[ with the assistance of a factory-authorized service representative]: 1. Test Instruments: Use instruments that comply with UL 1436. 2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. Wiring Devices 26 27 26-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is unacceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. Tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. C. Wiring device will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION Enclosed Switches and Circuit Breakers 26 28 16-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 28 16-T ENCLOSED SWITCHES AND CIRCUIT BREAKERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Fusible switches. 2. Nonfusible switches. 3. Enclosures. 1.03 DEFINITIONS A. NC: Normally closed. B. NO: Normally open. C. SPDT: Single pole, double throw. 1.04 ACTION SUBMITTALS A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated. Include dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes. 1. Enclosure types and details for types other than NEMA 250, Type 1. 2. Current and voltage ratings. 3. Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Include evidence of NRTL listing for series rating of installed devices. 5. Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices, accessories, and auxiliary components. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Field quality-control reports. 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 1.06 MAINTENANCE MATERIAL SUBMITTALS Enclosed Switches and Circuit Breakers 26 28 16-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Fuse Pullers: Two for each size and type. 1.07 QUALITY ASSURANCE A. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent protective devices, components, and accessories, within same product category, from single source from single manufacturer. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items. Comply with indicated maximum dimensions. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NFPA 70. 1.08 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F (minus 30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 3300 feet (2010 m). B. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than seven days in advance of proposed interruption of electric service. 2. Indicate method of providing temporary electric service if required. 3. Do not proceed with interruption of electric service without Owner's written permission. 4. Comply with NFPA 70E. 1.09 COORDINATION A. Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. 2.00 PRODUCTS 2.01 FUSIBLE SWITCHES Enclosed Switches and Circuit Breakers 26 28 16-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. B. Type GD, General Duty, Single Throw, 240-V ac, 800 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, with cartridge fuse interiors to accommodate indicated fuses, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C. Type HD, Heavy Duty, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate indicated fuses, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. D. Type HD, Heavy Duty, Double Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate indicated fuses, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. E. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Isolated Ground Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 4. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are specified. 5. Auxiliary Contact Kit: Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. 6. Lugs: Mechanical type, suitable for number, size, and conductor material. 7. Service-Rated Switches: Labeled for use as service equipment. 2.02 NONFUSIBLE SWITCHES A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. Enclosed Switches and Circuit Breakers 26 28 16-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Type GD, General Duty, Single Throw, 600 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept two padlocks, and interlocked with cover in closed position. C. Type HD, Heavy Duty, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. D. Type HD, Heavy Duty, Double Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. E. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded; labeled for copper and aluminum neutral conductors. 3. Auxiliary Contact Kit: Two NO/NC (Form "C") auxiliary contact(s), arranged to activate before switch blades open. 4. Lugs: Mechanical type, suitable for number, size, and conductor material. 2.03 ENCLOSURES A. Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA KS 1, NEMA 250, and UL 50, to comply with environmental conditions at installed location. 1. Indoor, Dry and Clean Locations: NEMA 250, Type 1. 2. Outdoor Locations: NEMA 250, Type 4X SS. 3. Other Wet or Damp, Indoor Locations: NEMA 250, Type 4X SS. 4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: NEMA 250, Type 12. 3.00 EXECUTION 3.01 EXAMINATION A. Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. B. Comply with mounting and anchoring requirements specified in Section 260548.16 "Seismic Controls for Electrical Systems." Enclosed Switches and Circuit Breakers 26 28 16-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in fusible devices. E. Comply with NECA 1. 3.03 IDENTIFICATION A. Comply with requirements in Section 260553 "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated-plastic nameplate. 3.04 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. B. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections. 3.05 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION Enclosed Controllers 26 29 13-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 29 13-T ENCLOSED CONTROLLERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes the following enclosed controllers rated 600 V and less: 1. Full-voltage manual. 2. Full-voltage magnetic. 1.03 DEFINITIONS A. CPT: Control power transformer. B. MCCB: Molded-case circuit breaker. C. MCP: Motor circuit protector. D. N.C.: Normally closed. E. N.O.: Normally open. F. OCPD: Overcurrent protective device. G. SCR: Silicon-controlled rectifier. 1.04 ACTION SUBMITTALS A. Product Data: For each type of enclosed controller. Include manufacturer's technical data on features, performance, electrical characteristics, ratings, and enclosure types and finishes. B. Shop Drawings: For each enclosed controller. Include dimensioned plans, elevations, sections, details, and required clearances and service spaces around controller enclosures. 1. Show tabulations of the following: a. Each installed unit's type and details. b. Factory-installed devices. c. Nameplate legends. d. Short-circuit current rating of integrated unit. e. Listed and labeled for integrated short-circuit current (withstand) rating of OCPDs in combination controllers by an NRTL acceptable to authorities having jurisdiction. f. Features, characteristics, ratings, and factory settings of individual OCPDs in combination controllers. 2. Wiring Diagrams: For power, signal, and control wiring. Enclosed Controllers 26 29 13-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Field quality-control reports. C. Load-Current and Overload-Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate full-load currents. D. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. 1.06 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For enclosed controllers to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 01 33 06 "Operation and Maintenance Data," include the following: 1. Routine maintenance requirements for enclosed controllers and installed components. 2. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. 3. Manufacturer's written instructions for setting field-adjustable overload relays. 4. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced- voltage solid-state controllers. 1.07 MATERIALS MAINTENANCE SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 2. Indicating Lights: Two of each type and color installed. 3. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 4. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. 1.08 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. C. Comply with NFPA 70. Enclosed Controllers 26 29 13-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. IEEE Compliance: Fabricate and test enclosed controllers according to IEEE 344 to withstand seismic forces defined in Section 260548.16 "Seismic Controls for Electrical Systems." 1.09 DELIVERY, STORAGE, AND HANDLING A. Store enclosed controllers indoors in clean, dry space with uniform temperature to prevent condensation. Protect enclosed controllers from exposure to dirt, fumes, water, corrosive substances, and physical damage. B. If stored in areas subject to weather, cover enclosed controllers to protect them from weather, dirt, dust, corrosive substances, and physical damage. Remove loose packing and flammable materials from inside controllers. 1.10 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than 22 deg F (30 deg C) and not exceeding 104 deg F (40 deg C). 2. Altitude: Not exceeding 3300 feet (2010 m). 3. Comply with NFPA 70E. 1.11 COORDINATION A. Coordinate layout and installation of enclosed controllers with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified with concrete. C. Coordinate installation of roof curbs, equipment supports, and roof penetrations. 2.00 PRODUCTS 2.01 FULL-VOLTAGE CONTROLLERS A. General Requirements for Full-Voltage Controllers: Comply with NEMA ICS 2, general purpose, Class A. B. Motor-Starting Switches: "Quick-make, quick-break" toggle or push-button action; marked to show whether unit is off or on. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Eaton Electrical Inc.; Cutler-Hammer Business Unit. b. General Electric Company; GE Consumer & Industrial - Electrical Distribution. c. Rockwell Automation, Inc.; Allen-Bradley brand. Enclosed Controllers 26 29 13-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 d. Siemens Energy & Automation, Inc. e. Square D; a brand of Schneider Electric. 2. Configuration: Nonreversing. 3. Surface mounting. 4. Pilot lights. C. Fractional Horsepower Manual Controllers: "Quick-make, quick-break" toggle or push- button action; marked to show whether unit is off, on, or tripped. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Eaton Electrical Inc.; Cutler-Hammer Business Unit. b. General Electric Company; GE Consumer & Industrial - Electrical Distribution. c. Rockwell Automation, Inc.; Allen-Bradley brand. d. Siemens Energy & Automation, Inc. e. Square D; a brand of Schneider Electric. 2. Configuration: Nonreversing. 3. Overload Relays: Inverse-time-current characteristics; NEMA ICS 2, Class 10 tripping characteristics; heaters matched to nameplate full-load current of actual protected motor; external reset push button bimetallic type. 4. Surface mounting. 5. Pilot light. D. Combination Magnetic Controller: Factory-assembled combination of magnetic controller, OCPD, and disconnecting means. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : a. Eaton Electrical Inc.; Cutler-Hammer Business Unit. b. General Electric Company; GE Consumer & Industrial - Electrical Distribution. c. Rockwell Automation, Inc.; Allen-Bradley brand. d. Siemens Energy & Automation, Inc. e. Square D; a brand of Schneider Electric. 2. MCP Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents, instantaneous-only circuit breaker with front-mounted, field-adjustable, short-circuit trip coordinated with motor locked-rotor amperes. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. Enclosed Controllers 26 29 13-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 c. Auxiliary contacts "a" and "b" arranged to activate with MCP handle. d. Current-limiting module to increase controller short-circuit current (withstand) rating to 100 kA. 2.02 ENCLOSURES A. Enclosed Controllers: NEMA ICS 6, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Location, (Electrical Room): Type 1. 2. Outdoor Locations: Type 4X SS. 3. Other Wet or Damp Indoor Location, (Pump Room): Type 4X SS. 2.03 ACCESSORIES A. General Requirements for Control Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. 1. Push Buttons, Pilot Lights, and Selector Switches: oiltight type. B. Control Relays: Auxiliary and adjustable solid-state time-delay relays. C. Space heaters, with N.C. auxiliary contacts, to mitigate condensation in Type 4X enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. D. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. E. Cover gaskets for Type 1 enclosures. F. Spare control wiring terminal blocks, quantity as indicated wired. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas and surfaces to receive enclosed controllers, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Wall-Mounted Controllers: Install enclosed controllers on walls with tops at uniform height unless otherwise indicated, and by bolting units to wall or mounting on lightweight structural-steel channels bolted to wall. For controllers not at walls, provide freestanding racks complying with Section 260529 "Hangers and Supports for Electrical Systems." B. Install fuses in each fusible-switch enclosed controller. Enclosed Controllers 26 29 13-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Install fuses in control circuits if not factory installed. Comply with requirements in Section 262813 "Fuses." D. Install heaters in thermal overload relays. Select heaters based on actual nameplate full-load amperes after motors have been installed. E. Install, connect, and fuse thermal-protector monitoring relays furnished with motor-driven equipment. F. Comply with NECA 1. 3.03 IDENTIFICATION A. Identify enclosed controllers, components, and control wiring. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved nameplate. 3. Label each enclosure-mounted control and pilot device. 3.04 CONTROL WIRING INSTALLATION A. Install wiring between enclosed controllers and remote devices and facility's central control system. Comply with requirements in Section 260523 "Control-Voltage Electrical Power Cables." B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic-control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic-control devices that have no safety functions when switch is in manual-control position. 2. Connect selector switches with enclosed-controller circuit in both manual and automatic positions for safety-type control devices such as low- and high-pressure cutouts, high- temperature cutouts, and motor overload protectors. 3.05 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. Enclosed Controllers 26 29 13-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Test continuity of each circuit. E. Tests and Inspections: 1. Inspect controllers, wiring, components, connections, and equipment installation 2. Test insulation resistance for each enclosed-controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within plus or minus 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. F. Enclosed controllers will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.06 ADJUSTING A. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload-relay pickup and trip ranges. B. Adjust overload-relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable instantaneous trip elements. Initially adjust to six times the motor nameplate full-load ampere ratings and attempt to start motors several times, allowing for motor cooldown between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. D. Set field-adjustable switches and program microprocessors for required start and stop sequences in reduced-voltage solid-state controllers. E. Set field-adjustable circuit-breaker trip ranges. 3.07 PROTECTION Enclosed Controllers 26 29 13-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B. Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.08 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain enclosed controllers . END OF SECTION Variable Frequency Motor Controllers 26 29 23-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 29 23-T VARIABLE- FEQUENCY MOTOR CONTROLLERS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes separately enclosed, preassembled, combination VFCs, rated 600 V and less, for speed control of three-phase, squirrel-cage induction motors. 1.03 DEFINITIONS A. BAS: Building automation system. B. CE: Conformite Europeene (European Compliance). C. CPT: Control power transformer. D. EMI: Electromagnetic interference. E. LED: Light-emitting diode. F. NC: Normally closed. G. NO: Normally open. H. OCPD: Overcurrent protective device. I. PID: Control action, proportional plus integral plus derivative. J. RFI: Radio-frequency interference. K. VFC: Variable-frequency motor controller. L. PLC: Programmable Logic Controller M. OIT: Operator Interface Terminal 1.04 ACTION SUBMITTALS A. Product Data: For each type and rating of VFC indicated. 1. Include dimensions and finishes for VFCs. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: For each VFC indicated. 1. Include mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. Variable Frequency Motor Controllers 26 29 23-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.05 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFCs. 2. Show VFC layout and relationships between electrical components and adjacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support. 4. Indicate field measurements. B. Qualification Data: For testing agency. C. Seismic Qualification Certificates: For each VFC, accessories, and components, from manufacturer. 1. Certificate of compliance. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based, and their installation requirements. D. Product Certificates: For each VFC from manufacturer. E. Harmonic Analysis Report: Provide Project-specific calculations and manufacturer's statement of compliance with IEEE 519. F. Source quality-control reports. G. Field quality-control reports. H. Sample Warranty: For special warranty. 1.06 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For VFCs to include in emergency, operation, and maintenance manuals. 1. In addition to items specified in Section 017823 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting thermal-magnetic circuit breaker and motor-circuit protector trip settings. b. Manufacturer's written instructions for setting field-adjustable overload relays. c. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. d. Manufacturer's written instructions for setting field-adjustable timers, controls, and status and alarm points. Variable Frequency Motor Controllers 26 29 23-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 e. Load-Current and Overload-Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate, full-load currents. f. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor-running overload protection suit actual motors to be protected. 1.07 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed. 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. 1.08 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. 1.09 DELIVERY, STORAGE, AND HANDLING A. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside controllers and connect factory-installed space heaters to temporary electrical service. B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for VFCs, including clearances between VFCs, and adjacent surfaces and other items. 1.10 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace VFCs that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. 2.00 PRODUCTS 2.01 MANUFACTURERS Variable Frequency Motor Controllers 26 29 23-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Manufacturers: Subject to compliance with requirements available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : B. Basis-of-Design Product: Subject to compliance with requirements, provide comparable product by one of the following: 1. Toshiba, Inc. 2. Rockwell Automation, Inc; Allen-Bradley Brand. 3. ROBICON; a divison of Siemens Energy & Automation, Inc. 4. Eaton Corporation 2.02 SYSTEM DESCRIPTION A. General Requirements for VFCs: 1. VFCs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2. Comply with NEMA ICS 7, NEMA ICS 61800-2, and UL 508A. B. Application: [Constant torque] [and] [variable torque] <Insert application>. C. VFC Description: Variable-frequency motor controller, consisting of power converter that employs pulse-width-modulated inverter, factory built and tested in an enclosure, with integral disconnecting means and overcurrent and overload protection; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection, protection, and variable- speed control of one or more three-phase induction motors by adjusting output voltage and frequency. 1. Units suitable for operation of NEMA MG 1, Design A and Design B motors, as defined by NEMA MG 1, Section IV, Part 30, "Application Considerations for Constant Speed Motors Used on a Sinusoidal Bus with Harmonic Content and General Purpose Motors Used with Adjustable-Voltage or Adjustable-Frequency Controls or Both." 2. Units suitable for operation of inverter-duty motors as defined by NEMA MG 1, Section IV, Part 31, "Definite-Purpose Inverter-Fed Polyphase Motors." 3. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL acceptable to authorities having jurisdiction. D. Design and Rating: Match load type, such as fans, blowers, and pumps; and type of connection used between motor and load such as direct or through a power-transmission connection. E. Output Rating: Three phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range ; maximum voltage equals input voltage. F. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFC input voltage rating. 2. Input AC Voltage Unbalance: Not exceeding 5 percent. 3. Input Frequency Tolerance: Plus or minus 3 percent of VFC frequency rating. Variable Frequency Motor Controllers 26 29 23-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 4. Minimum Efficiency: 97 percent at 60 Hz, full load. 5. Minimum Displacement Primary-Side Power Factor: 98 percent under any load or speed condition. 6. Minimum Short-Circuit Current (Withstand) Rating: 100 kA. 7. Ambient Temperature Rating: Not less than 32 deg F (0 deg C) and not exceeding 104 deg F (40 deg C). 8. Humidity Rating: Less than 95 percent (noncondensing). 9. Altitude Rating: Not exceeding 3300 feet (1000 m). 10. Vibration Withstand: Comply with NEMA ICS 61800-2. 11. Overload Capability: 1.5 times the base load current for 60 seconds; minimum of 1.8 times the base load current for three seconds. 12. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. 13. Speed Regulation: Plus or minus 10 percent. 14. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. 15. Stop Modes: Programmable; includes fast, free-wheel, and dc injection braking. G. Inverter Logic: Microprocessor based, 32 bit, isolated from all power circuits. H. Isolated Control Interface: Allows VFCs to follow remote-control signal over a minimum 40:1 speed range. 1. Signal: [Electrical] [Pneumatic]. I. Internal Adjustability Capabilities: 1. Minimum Speed: 5 to 25 percent of maximum rpm. 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 0.1 to 999.9 seconds. 4. Deceleration: 0.1 to 999.9 seconds. 5. Current Limit: 30 to minimum of 150 percent of maximum rating. J. Self-Protection and Reliability Features: 1. Surge Suppression: Factory installed as an integral part of the VFC, complying with UL 1449 SPD, Type 1 or Type 2. 2. Surge Suppression: Field-mounted surge suppressors complying with Section 264313 "Surge Protection for Low-Voltage Electrical Power Circuits," UL 1449 SPD, Type 2. 3. Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 4. Under- and overvoltage trips. 5. Inverter overcurrent trips. 6. VFC and Motor-Overload/Overtemperature Protection: Microprocessor-based thermal protection system for monitoring VFCs and motor thermal characteristics, and for Variable Frequency Motor Controllers 26 29 23-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 providing VFC overtemperature and motor-overload alarm and trip; settings selectable via the keypad. 7. Critical frequency rejection, with three selectable, adjustable deadbands. 8. Instantaneous line-to-line and line-to-ground overcurrent trips. 9. Loss-of-phase protection. 10. Reverse-phase protection. 11. Short-circuit protection. 12. Motor-overtemperature fault. K. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. L. Power-Interruption Protection: To prevent motor from re-energizing after a power interruption until motor has stopped, unless "Bidirectional Autospeed Search" feature is available and engaged. M. Bidirectional Autospeed Search: Capable of starting VFC into rotating loads spinning in either direction and returning motor to set speed in proper direction, without causing damage to drive, motor, or load. N. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high-starting torque and increased torque at slow speeds. O. Motor Temperature Compensation at Slow Speeds: Adjustable current fall-back based on output frequency for temperature protection of self-cooled, fan-ventilated motors at slow speeds. P. Integral Input Disconnecting Means and OCPD: with pad-lockable, door-mounted handle mechanism. 1. Disconnect Rating: Not less than 115 percent of VFC input current rating. 2. Disconnect Rating: Not less than 115 percent of NFPA 70 motor full-load current rating or VFC input current rating, whichever is larger. 3. Auxiliary Contacts: NO or NC, arranged to activate before switch blades open. 4. Auxiliary contacts "a" and "b" arranged to activate with circuit-breaker handle. 5. NO alarm contact that operates only when circuit breaker has tripped. 2.03 PERFORMANCE REQUIREMENTS A. Seismic Performance: VFCs shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. The designated VFCs shall be tested and certified by an NRTL as meeting the ICC-ES AC 156 test procedure requirements. 1. The term "withstand" means "the unit will remain in place without separation of any parts when subjected to the seismic forces specified." 2.04 CONTROLS AND INDICATION Variable Frequency Motor Controllers 26 29 23-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Status Lights: Door-mounted LED indicators displaying the following conditions: 1. Power on. 2. Run. 3. Overvoltage. 4. Line fault. 5. Overcurrent. 6. External fault. B. Panel-Mounted Operator Station: Manufacturer's standard front-accessible, sealed keypad and plain-English-language digital display; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. 2. Security Access: Provide electronic security access to controls through identification and password with at least three levels of access: View only; view and operate; and view, operate, and service. a. Control Authority: Supports at least four conditions: Off, local manual control at VFC, local automatic control at VFC, and automatic control through a remote source. C. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2. Running log of total power versus time. 3. Total run time. 4. Fault log, maintaining last four faults with time and date stamp for each. D. Indicating Devices: Digital display mounted flush in VFC door and connected to display VFC parameters including, but not limited to: 1. Output frequency (Hz). 2. Motor speed (rpm). 3. Motor status (running, stop, fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8. DC-link voltage (V dc). 9. Set point frequency (Hz). 10. Motor output voltage (V ac). 11. <Insert parameter>. Variable Frequency Motor Controllers 26 29 23-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 E. Control Signal Interfaces: 1. Electric Input Signal Interface: a. A minimum of [two] <Insert number> programmable analog inputs: [0- to 10-V dc] [4- to 20-mA dc] [Operator-selectable "x"- to "y"-mA dc] <Insert signal parameters>. b. A minimum of six multifunction programmable digital inputs. 2. Pneumatic Input Signal Interface: 3 to 15 psig (20 to 104 kPa). 3. Remote Signal Inputs: Capability to accept any of the following speed-setting input signals from the BAS or other control systems: a. 0- to 10-V dc. b. 4- to 20-mA dc. c. Potentiometer using up/down digital inputs. d. Fixed frequencies using digital inputs. 4. Output Signal Interface: A minimum of one programmable analog output signal(s) 4- to 20-mA dc, which can be configured for any of the following: a. Output frequency (Hz). b. Output current (load). c. DC-link voltage (V dc). d. Motor torque (percent). e. Motor speed (rpm). f. Set point frequency (Hz). 5. Remote Indication Interface: A minimum of two programmable dry-circuit relay outputs (120-V ac, 1 A) for remote indication of the following: a. Motor running. b. Set point speed reached. c. Fault and warning indication (overtemperature or overcurrent). d. PID high- or low-speed limits reached. F. PID Control Interface: Provides closed-loop set point, differential feedback control in response to dual feedback signals. Allows for closed-loop control of fans and pumps for pressure, flow, or temperature regulation. 1. Number of Loops: Two. G. BAS Interface: Factory-installed hardware and software shall interface with BAS to monitor, control, display, and record data for use in processing reports. VFC settings shall be retained within VFC's nonvolatile memory. 1. Hardwired Points: a. Monitoring: On-off status b. Control: On-off operation Variable Frequency Motor Controllers 26 29 23-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Communication Interface: Comply with ASHRAE 135. Communication shall interface with BAS to remotely control and monitor lighting from a BAS operator workstation. Control features and monitoring points displayed locally at lighting panel shall be available through the BAS. 2.05 LINE CONDITIONING AND FILTERING A. Input Line Conditioning: Based on the manufacturer's harmonic analysis study and report, provide input filtering, as required, to limit total demand (harmonic current) distortion and total harmonic voltage demand at the defined point of common coupling to meet IEEE 519 recommendations. B. Output Filtering: C. EMI/RFI Filtering: CE marked; certify compliance with IEC 61800-3 for Category C2. D. EMI/RFI Filtering: 2.06 OPTIONAL FEATURES A. Multiple-Motor Capability: VFC suitable for variable-speed service to multiple motors. Overload protection shuts down VFC and motors served by it, and generates fault indications when overload protection activates. 1. Configure to allow two or more motors to operate simultaneously at the same speed; separate overload relay for each controlled motor. 2. Configure to allow two motors to operate separately; operator selectable via local or remote switch or contact closures; single overload relay for both motors; separate output magnetic contactors for each motor. 3. Configure to allow two motors to operate simultaneously and in a lead/lag mode, with one motor operated at variable speed via the power converter and the other at constant speed via the bypass controller; separate overload relay for each controlled motor. B. Damper control circuit with end-of-travel feedback capability. C. Sleep Function: Senses a minimal deviation of a feedback signal and stops the motor. On an increase in speed-command signal deviation, VFC resumes normal operation. D. Motor Preheat Function: Preheats motor when idle to prevent moisture accumulation in the motor. 1. Overrides all other local and external inputs (analog/digital, serial communication, and all keypad commands). 2. Forces VFC to operate motor, without any other run or speed command, at a field- adjustable, preset speed. 3. Causes display of override mode on the VFC display. E. Remote Indicating Circuit Terminals: Mode selection, controller status, and controller fault. F. Remote digital operator kit. Variable Frequency Motor Controllers 26 29 23-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 G. Communication Port: RS-232 port, USB 2.0 port, or equivalent connection capable of connecting a printer and a notebook computer. 2.07 ENCLOSURES A. VFC Enclosures: NEMA 250, to comply with environmental conditions at installed location. 1. Dry and Clean Indoor Locations: Type 1. 2. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive Liquids: Type 12. B. Plenum Rating: UL 1995; NRTL certification label on enclosure, clearly identifying VFC as "Plenum Rated." 2.08 ACCESSORIES A. General Requirements for Control-Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFC enclosure cover unless otherwise indicated. 1. Push Buttons: Covered, Lockable. 2. Pilot Lights: Push to test. 3. Selector Switches: Rotary type. 4. Stop and Lockout Push-Button Station: Momentary-break, push-button station with a factory-applied hasp arranged so padlock can be used to lock push button in depressed position with control circuit open. B. Control Relays: Auxiliary and adjustable solid-state time-delay relays. C. Phase-Failure, Phase-Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard-wired connections. Provide adjustable undervoltage, overvoltage, and time-delay settings. 1. Current Transformers: Continuous current rating, basic impulse insulating level (BIL) rating, burden, and accuracy class suitable for connected circuitry. Comply with IEEE C57.13. D. Supplemental Digital Meters: 1. Elapsed-time meter. 2. Kilowatt meter. 3. Kilowatt-hour meter. E. Cooling Fan and Exhaust System: For NEMA 250, Type 1 steel intake and exhaust grills; 120- V ac; obtained from integral CPT. F. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. G. Spare control-wiring terminal blocks; wired. 2.09 SOURCE QUALITY CONTROL A. Testing: Test and inspect VFCs according to requirements in NEMA ICS 61800-2. Variable Frequency Motor Controllers 26 29 23-T - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Test each VFC while connected to its specified motor. 2. Verification of Performance: Rate VFCs according to operation of functions and features specified. B. VFCs will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. 3.00 EXECUTION 3.01 EXAMINATION A. Examine areas, surfaces, and substrates to receive VFCs, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine VFC before installation. Reject VFCs that are wet, moisture damaged, or mold damaged. C. Examine roughing-in for conduit systems to verify actual locations of conduit connections before VFC installation. D. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Floor-Mounting Controllers: Install VFCs on 4-inch (100-mm) nominal thickness concrete base. Comply with requirements for concrete base specified in Section 033000 "Cast-in- Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch (450-mm) centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy-coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. C. Install fuses in each fusible-switch VFC. D. Install fuses in control circuits if not factory installed. Comply with requirements in Section 262813 "Fuses." E. Install heaters in thermal-overload relays. Select heaters based on actual nameplate full- load amperes after motors are installed. Variable Frequency Motor Controllers 26 29 23-T - 12 Whitecap WWTP UV Disinfection System Upgrade – E10179 F. Install, connect, and fuse thermal-protector monitoring relays furnished with motor-driven equipment. G. Comply with NECA 1. 3.03 CONTROL WIRING INSTALLATION A. Install wiring between VFCs and remote devices and facility's central-control system. Comply with requirements in Section 260523 "Control-Voltage Electrical Power Cables." B. Bundle, train, and support wiring in enclosures. C. Connect selector switches and other automatic-control devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic-control devices that have no safety functions when switches are in manual-control position. 2. Connect selector switches with control circuit in both manual and automatic positions for safety-type control devices such as low- and high-pressure cutouts, high- temperature cutouts, and motor-overload protectors. 3.04 IDENTIFICATION A. Identify VFCs, components, and control wiring. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label each VFC with engraved nameplate. 3. Label each enclosure-mounted control and pilot device. B. Operating Instructions: Frame printed operating instructions for VFCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of VFC units. 3.05 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform tests and inspections[ with the assistance of a factory-authorized service representative]. D. Acceptance Testing Preparation: 1. Test insulation resistance for each VFC element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Inspect VFC, wiring, components, connections, and equipment installation. Variable Frequency Motor Controllers 26 29 23-T - 13 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections, and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each VFC. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each VFC 11 months after date of Substantial Completion. c. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. F. VFCs will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies the VFC and describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations made after remedial action. 3.06 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.07 ADJUSTING A. Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. B. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload-relay pickup and trip ranges. Variable Frequency Motor Controllers 26 29 23-T - 14 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Adjust the trip settings of instantaneous-only circuit breakers and thermal-magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to 6 times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed 8 times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. D. Set the taps on reduced-voltage autotransformer controllers. E. Set field-adjustable circuit-breaker trip ranges[ as specified in Section 260573 "Overcurrent Protective Device Coordination Study."] F. Set field-adjustable pressure switches. 3.08 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until controllers are ready to be energized and placed into service. B. Replace VFCs whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.09 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, reprogram, and maintain VFCs. END OF SECTION Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 1 26 32 13-T ENGINE GENERATORS PART 1. GENERAL 1.1 Scope A. Provide complete factory assembled generator set equipment with digital (microprocessor- based) electronic generator set controls, digital governor, and digital voltage regulator. B. Provide factory test, startup by a supplier authorized by the equipment manufacturer(s), and on- site testing of the system. C. The generator set manufacturer shall warrant all equipment provided under this section , whether or not is manufactured by the generator set manufacturer, so that there is one source for warranty and product service. Technicians specifically trained and certified by the manufacturer to support the product and employed by the generator set supplier shall service the generator sets. 1.2 Codes and Standards A. The generator set installation and on-site testing shall conform to the requirements of the following codes and standards, as applicable. The generator set shall include necessary features to meet the requirements of these standards. 1. CSA 282, 1989 Emergency Electrical Power Supply for Buildings 2. IEEE446 – Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications 3. NFPA37 – 4. NFPA70 – National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. 5. NFPA99 – Essential Electrical Systems for Health Care Facilities 6. NFPA110 – Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1prototype tests required by this standard shall have been performed on a complete and functional unit, component level type tests will not substitute for this requirement. B. The generator set and supplied accessories shall meet the requirements of the following standards: 1. NEMA MG1-1998 part 32. Alternator shall comply with the requirements of this standard. 2. UL142 – Sub-base Tanks 3. UL1236 – Battery Chargers 4. UL2200. The generator set shall be listed to UL2200 or submit to an independent third party certification process to verify compliance as installed.. C. The control system for the generator set shall comply with the following requirements. 1. CSA C22.2, No. 14 – M91 Industrial Control Equipment. 2. EN50082-2, Electromagnetic Compatibility – Generic Immunity Requirements, Part 2: Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 2 Industrial. 3. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. 4. FCC Part 15, Subpart B. 5. IEC8528 part 4. Control Systems for Generator Sets 6. IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. 7. UL508. The entire control system of the generator set shall be UL508 listed and labeled. 8. UL1236 –Battery Chargers. D. The generator set manufacturer shall be certified to ISO 9001 International Quality Standard and shall have third party certification verifying quality assurance in design/development, production, installation, and service, in accordance with ISO 9001. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. C. Single-Line Diagram: Show connections between transfer switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. B. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. C. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. D. Field quality-control reports. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 01 33 06 "Operation and Maintenance Data," include the following: B. Features and operating sequences, both automatic and manual. C. List of all factory settings of relays; provide relay-setting and calibration instructions, including software, where applicable. 1.6 Acceptable Manufacturers Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 3 A. Subject to compliance with specifications, manufacturers offering products may be incorporated into the Work include, but are not limited to, the following: 1. Onan/Cummins Power Generation 2. Caterpillar; Engine Div. 3. Kohler Co.; Generator Division. 4. Magnetek, Inc.Caterpillar; Engine Div. PART 2. PRODUCTS 2.1 Generator set A. Ratings 1. The generator set shall operate at 1800 rpm and at a voltage of: 480/277 Volts AC, Three phase, 4-wire, 60 hertz. 2. The generator set shall be rated at a minimum of 650 kW, 437.5 kVA at 0.8 PF, standby rating, based on site conditions of : Altitude 1000ft. (305 meters), ambient temperatures up to 104 degrees F (40 degrees C). 3. Generator shall be based on emergency/standby service. Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 4 4. Noted generator size on plans is based on preliminary reports. Contractor shall confirm proposed manufacturer generator capable of starting emergency loads as indicated on oneline diagram. Contractor shall provide sizing report with loads for generator proposed. Report shall be based on staggered load starting with a maximum 20% voltage dip. B. Performance 1. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. 2. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.25%. 3. The diesel engine-generator set shall accept a single step load of 100% nameplate kW and power factor, less applicable derating factors, with the engine-generator set at operating temperature. 4. The generator set shall be capable of recovering to a minimum of 90% of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 20%. 5. The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 50. 6. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location, and shall meet all applicable exhaust emission requirements at the time of commissioning. C. Construction 1. The engine-generator set shall be mounted on a heavy-duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold- down clamps within the rails. 2. All switches, lamps, and meters in the control system shall be oil-tight and dust-tight. All active control components shall be installed within a UL/NEMA 3R enclosure. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. D. Connections 1. The generator set load connections shall be composed of silver or tin plated copper bus bars, drilled to accept mechanical or compression terminations of the number and type as shown on the drawings. Sufficient lug space shall be provided for use with cables of the number and size as shown on the drawings. Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 5 2. Power connections to auxiliary devices shall be made at the devices, with required protection located at a wall-mounted common distribution panel. 3. Generator set control interfaces to other system components shall be made on a permanently labeled terminal block assembly. Labels describing connection point functions shall be provided. 2.2 Engine and Engine Equipment A. The engine shall be diesel, 4 cycle, radiator and fan cooled. The horsepower rating of the engine at its minimum tolerance level shall be sufficient to drive the alternator and all connected accessories. Two cycle engines are not acceptable. Engine accessories and features shall include: B. An electronic governor system shall provide automatic isochronous frequency regulation. The governing system dynamic capabilities shall be controlled as a function of engine coolant temperature to provide fast, stable operation at varying engine operating temperature conditions. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cooldown at idle function. While operating in idle state, the control system shall disable the alternator excitation system. C. Skid-mounted radiator and cooling system rated for full load operation in 104 degrees F (40 degrees C) ambient as measured at the alternator air inlet. Radiator fan shall be suitable for use in a system with 0.5 in H2O restriction. Radiator shall be sized based on a core temperature that is 20F higher than the rated operation temperature, or prototype tested to verify cooling performance of the engine/radiator/fan operation in a controlled environment. Radiator shall be provided with a duct adapter flange. The equipment manufacturer shall fill the cooling system with a 50/50-ethylene glycol/water mixture prior to shipping. Rotating parts shall be guarded against accidental contact. D. Electric starter(s) capable of three complete cranking cycles without overheating. E. Positive displacement, mechanical, full pressure, lubrication oil pump. F. Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick oil level indicator. G. An engine driven, mechanical, positive displacement fuel pump. Fuel filter with replaceable spin- on canister element. Fuel cooler, suitable for operation of the generator set at full rated load in the ambient temperature specified shall be provided if required for operation due to the design of the engine and the installation. Fuel pump shall draw fuel from external above ground storage tank (AST). H. Replaceable dry element air cleaner with restriction indicator. I. Flexible supply and return fuel lines. J. Engine mounted battery charging alternator, 40-ampere minimum, and solid-state voltage regulator. Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 6 K. Coolant heater 1. Engine mounted, thermostatically controlled, coolant heater(s) for each engine. Heater voltage shall be as shown on the project drawings. The coolant heater shall be UL499 listed and labeled. 2. The coolant heater shall be installed on the engine with silicone hose connections. Steel tubing shall be used for connections into the engine coolant system wherever the length of pipe run exceeds 12 inches. The coolant heater installation shall be specifically designed to provide proper venting of the system. The coolant heaters shall provisions to isolate the heater for replacement of the heater element without draining the coolant from the generator set. The quick disconnect/automatic sealing couplers shall allow the heater element to be replaced without draining the engine cooling system or significant coolant loss. 3. The coolant heater shall be provided with a DC thermostat, installed at the engine thermostat housing. An AC power connection box shall be provided for a single AC power connection to the coolant heater system. 4. The coolant heater(s) shall be sized as recommended by the engine manufacturer to warm the engine to a minimum of 104F (40C) in a 40F (4C) ambient, in compliance with NFPA110 requirements, or the temperature required for starting and load pickup requirements of this specification. L. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by site location. M. Starting and Control Batteries shall be calcium/lead antimony type, 24 volt DC, sized as recommended by the engine manufacturer, complete with battery cables and connectors. The batteries shall be capable of a minimum of three complete 15-second cranking cycles at 40F ambient temperature when fully charged. N. Provide exhaust silencer(s) for each engine of size and type as recommended by the generator set manufacturer and approved by the engine manufacturer. The mufflers shall be stainless steel, extreme application grade with attenuation range of 45 to 52dBA. Exhaust system shall be installed according to the engine manufacturer’s recommendations and applicable codes and standards. O. A UL listed certified 12 amp voltage regulated battery charger shall be provided for each engine- generator set. The charger shall be mounted close to the generator set. Input AC voltage and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalize charge settings. Operational monitors shall provide visual output along with a form C contact rated at 4 amps, 120 VAC, 30VDC for remote indication of: Low AC power - red light Low battery voltage - red light High battery voltage - red light High AC voltage – red light Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 7 Power ON - green light (no relay contact) Charger shall include a DC voltmeter and ammeter, 10 hour equalize charge timer, and AC and DC overcurrent protection, and temperature compensation capability. P. Subbase Day Tank. 1. Provide a subbase day tank for generator set. Day tank shall be equipped for automatic unattended operation. The fuel transfer day tank shall be a standard product of the manufacturer of the engine-generator set. The tank shall be UL listed, made of aluminized steel with welded construction, and pressure tested to 3 PSI. The day tank shall incorporate an integral fuel pump and motor to pull draw fuel from main fuel storage tank. Provide a hand operated pump to bypass the motor driven pump and valves, for emergency use. 2.3 AC Generator A. The AC generator shall be; synchronous, four pole, 2/3 pitch, revolving field, drip-proof construction, single pre-lubricated sealed bearing, air cooled by a direct drive centrifugal blower fan, and directly connected to the engine with flexible drive disc. All insulation system components shall meet NEMA MG1 temperature limits for Class H insulation system and shall be UL1446 listed. Actual temperature rise measured by resistance method at full load shall not exceed 105 degrees Centigrade. B. The generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5 percent above or below rated voltage. C. A permanent magnet generator (PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit performance. The PMG and controls shall be capable of sustaining and regulating current supplied to a single phase or three phase fault at approximately 300% of rated current for not more than 10 seconds. D. The subtransient reactance of the alternator shall not exceed 15 percent, based on the standby rating of the generator set. E. Provide anti-condensation heater for the alternator. 2.4 Generator set Control. A. The generator set shall be provided with a microprocessor-based control system that is designed to provide automatic starting, monitoring, and control functions for the generator set. The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this specification. B. The control shall be mounted on the generator set, or may be mounted in a free-standing panel next to the generator set if adequate space and accessibility is available. The control shall be vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. C. Active control circuit boards in the generator set control system shall be fully environmentally protected, either by potting or enclosure of the components in a Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 8 UL/NEMA 3R enclosure. The entire control system shall be suitable for operation over a range of -20 to +70 centigrade. D. The generator set mounted control shall include the following features and functions: E. Control Switches 1. Mode Select Switch. The mode select switch shall initiate the following control modes. When in MANUAL and the START button pressed, the generator set shall start, and accelerate to rated speed and voltage as directed by the operator. A separate push-button to initiate starting is acceptable. In the OFF position the generator set shall immediately stop, bypassing all time delays. In the AUTO position the generator set shall be ready to accept a signal from a remote device to start and accelerate to rated speed and voltage. 2. EMERGENCY STOP switch. Switch shall be Red "mushroom-head" push-button. Depressing the emergency stop switch shall cause the generator set to immediately shut down, and be locked out from automatic restarting. 3. RESET switch. The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. PANEL LAMP switch. Depressing the panel lamp switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be switched off 10 minutes after the switch is depressed, or after the switch is depressed a second time. F. Generator Set AC Output Metering. The generator set shall be provided with a metering set including the following features and functions: 1. Digital metering set, 1.0% accuracy, to indicate generator RMS voltage and current, frequency, output current, output KW, KW-hours, and power factor. Generator output voltage shall be available in line-to-line and line-to-neutral voltages, and shall display all three-phase voltages (line to neutral or line to line) simultaneously. 2. Analog voltmeter, ammeter, frequency meter, power factor meter, and kilowatt (KW) meter. Voltmeter and ammeter shall display all three phases. Meter scales shall be color coded in the following fashion: green shall indicate normal operating condition, amber shall indicate operation in ranges that indicate potential failure, and red shall indicate failure impending. Metering accuracy shall be within 1.0% at rated output. Both analog and digital metering are required. 3. The control system shall monitor the total load on the generator set, and maintain data logs of total operating hours at specific load levels ranging from 0 to 110% of rated load, in 10% increments. The control shall display hours of operation at less than 30% load and total hours of operation at more than 90% of rated load. 4. The control system shall log total number of operating hours, total kWH, and total control on hours, as well as total values since reset. G. Engine Condition Metering. The control shall display the following data for the generator set: 1. Control power system DC voltage. H. Generator Set Data Display. The control system shall display for the following data for the generator set: Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 9 1. Generator set model information 2. The control system shall also incorporate a data logging and display provision to allow logging of the last 32 warning or shutdown indications on the generator set, as well as total time of operation at various loads, as a percent of the standby rating of the generator set. I. Generator Set Alarm and Status Display. 1. The generator set control shall include LED alarm and status indication lamps. The lamps shall be high-intensity LED type. The lamp condition shall be clearly apparent under bright room lighting conditions. Functions indicated by the lamps shall include: · The control shall include green lamps to indicate that the generator set is running at rated frequency and voltage, and that a remote start signal has been received at the generator set. The running signal shall be based on actual sensed voltage and frequency on the output terminals of the generator set. · The control shall include a flashing red lamp to indicate that the control is not in automatic state, and red common shutdown lamp. · The control shall include an amber common warning indication lamp. 2. The generator set control shall indicate the existence of the warning and shutdown conditions on the control panel. All conditions indicated below for warning shall be field-configurable for shutdown. Conditions required to be annunciated shall include: low oil pressure (warning) low oil pressure (shutdown) oil pressure sender failure (warning) low coolant temperature (warning) high coolant temperature (warning) high coolant temperature (shutdown) high oil temperature (warning) engine temperature sender failure (warning) low coolant level (warning) fail to crank (shutdown) fail to start/overcrank (shutdown) overspeed (shutdown) low DC voltage (warning) high DC voltage (warning) weak battery (warning) low fuel- daytank (warning) high AC voltage (shutdown) low AC voltage (shutdown) under frequency (shutdown) over current (warning) over current (shutdown) short circuit (shutdown) ground fault (warning) (optional--when required by code or specified) over load (warning) emergency stop (shutdown) (4) configurable conditions 3. Provisions shall be made for indication of four customer-specified alarm or shutdown conditions. Labeling of the customer-specified alarm or shutdown conditions shall be of the same type and quality as the above-specified conditions. The non-automatic indicating lamp shall be red, and shall flash to indicate that the generator set is not able to automatically respond to a command to start from a remote location. J. Engine Status Monitoring. Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 10 1. The following information shall be available from a digital status panel on the generator set control : engine oil pressure (psi or kPA) engine coolant temperature (degrees F or C) engine oil temperature (degrees F or C) engine speed (rpm) number of hours of operation (hours) number of start attempts battery voltage (DC volts) K. Engine Control Functions. 1. The control system provided shall include a cycle cranking system, which allows for user selected crank time, rest time, and # of cycles. Initial settings shall be for 3 cranking periods of 15 seconds each, with 15-second rest period between cranking periods. 2. The control system shall include an idle mode control, which allows the engine to run in idle mode in the RUN position only. In this mode, the alternator excitation system shall be disabled. 3. The control system shall include an engine governor control, which functions to provide steady state frequency regulation as noted elsewhere in this specification. The governor control shall include adjustments for gain, damping, and a ramping function to control engine speed and limit exhaust smoke while the unit is starting. 4. The control system shall include time delay start (adjustable 0-300 seconds) and time delay stop (adjustable 0-600 seconds) functions. 5. The control system shall include sender failure monitoring logic for speed sensing, oil pressure, and engine temperature which is capable of discriminating between failed sender or wiring components, and an actual failure conditions. L. Alternator Control Functions: 1. The generator set shall include a full wave rectified automatic digital voltage regulation system that is matched and prototype tested by the engine manufacturer with the governing system provided. It shall be immune from misoperation due to load-induced voltage waveform distortion and provide a pulse width modulated output to the alternator exciter. The voltage regulation system shall be equipped with three-phase line to line RMS sensing and shall control buildup of AC generator voltage to provide a linear rise and limit overshoot. The system shall include a torque-matching characteristic, which shall reduce output voltage in proportion to frequency below an adjustable frequency threshold. Torque matching characteristic shall be adjustable for roll-off frequency and rate, and be capable of being curve-matched to the engine torque curve with adjustments in the field. The voltage regulator shall include adjustments for gain, damping, and frequency roll-off. Adjustments shall be broad range, and made via digital raise-lower switches, with an alphanumeric LED readout to indicate setting level. Rotary potentiometers for system adjustments are not acceptable. 2. Microprocessor-based protection device shall be provided to individually monitor the output current of the generator set and initiate an alarm (over current warning) when load current exceeds 110% of the rated current of the generator set on any phase for more than 60 seconds. Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 11 The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (over current shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. 3. Controls shall be provided to individually monitor all three phases of the output current for short circuit conditions. The control/protection system shall monitor the current level and voltage. The controls shall shut down and lock out the generator set when output current level approaches the thermal damage point of the alternator (short circuit shutdown). The protective functions provided shall be in compliance to the requirements of NFPA70 article 445. 4. Controls shall be provided to monitor the KW load on the generator set, and initiate an alarm condition (over load) when total load on the generator set exceeds the generator set rating for in excess of 5 seconds. Controls shall include a load shed control, to operate a set of dry contacts (for use in shedding customer load devices) when the generator set is overloaded. 5. A microprocessor-based AC over/under voltage monitoring system that responds only to true RMS voltage conditions shall be provided. The system shall initiate shutdown of the generator set when alternator output voltage exceeds 110% of the operator-set voltage level for more than 10 seconds, or with no intentional delay when voltage exceeds 130%. Under voltage shutdown shall occur when the output voltage of the alternator is less than 85% for more than 10 seconds. 6. When required by National Electrical Code or indicated on project drawings, the control System shall include a ground fault monitoring relay. The relay shall be adjustable from 3.8-1200 amps, and include adjustable time delay of 0-10.0 seconds. The relay shall be for indication only and not trip or shut down the generator set. Note bonding and grounding requirements for the generator set, and provide relay that will function correctly in system as installed.The generator set control shall include a 120VAC-control heater. Other Control Functions 7. The generator set shall be provided with an RS-485 network communication module to allow efficient communication with the generator set control by remote devices. The control shall communicate all engine and alternator data, and allow starting and stopping of the generator set via the network. The generator set shall include an RS-485 interface to allow remote monitoring of the control via Modbus RTU protocol as shown per the drawings. 8. A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine cranking (starter engaged), the low voltage limit shall be disabled, and DC voltage shall be monitored as load is applied to the battery, to detect impending battery failure or deteriorated battery condition. 9. A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine cranking (starter engaged), the low voltage limit shall be disabled, and DC voltage shall be monitored as load is applied to the battery, to detect impending battery failure or deteriorated battery condition. M. Control Interfaces for Remote Monitoring: 1. The control system shall provide four programmable output relays. These relay outputs shall be configurable for any alarm, shutdown, or status condition monitored by the control. The relays shall be configured to indicate: (1) generator set operating at rated voltage and frequency, (2) common warning, (3) common shutdown, (4) load shed command. 2. A fused 10 amp switched 24VDC power supply circuit shall be provided for customer use. DC Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 12 power shall be available from this circuit whenever the generator set is running. 3. A fused 10 amp 24VDC power supply circuit shall be provided for customer use. DC power shall be available from this circuit at all times from the engine starting/control batteries. N. Outdoor Enclosure 1. Weatherproof, soundproof aluminum housing, wind resistant up to 100 mph (160 km/h). Multiple panels shall be lockable and provide adequate access to components requiring maintenance. Panels shall be removable by one person without tools. Instruments and control shall be mounted within enclosure. 2. Aluminum Housing. Structural Design and Anchorage: Comply with ASCE 7 for wind loads. 3. Space Heater: Thermostatically controlled and sized to prevent condensation. 4. Louvers: Equipped with bird screen and filter arranged to permit air circulation when engine is not running while excluding exterior dust, birds, and rodents. 5. Hinged Doors: With padlocking provisions. 6. Ventilation: Louvers equipped with bird screen and filter arranged to permit air circulation while excluding exterior dust, birds, and rodents. 7. Sound proof Insulation: Manufacturer's standard materials and thickness selected in coordination with space heater to maintain winter interior temperature within operating limits required by engine-generator-set components.Muffler Location: Within enclosure. 8. Enclosure shall be provided with additional sound attenuating insulation. Noise level shall be no more than 65 db @ 10’ from generator. 9. Enclosure shall have (2) coats rust inhibitive primer and (2) coats epoxy paint. 10. Engine Cooling Airflow through Enclosure: Maintain temperature rise of system components within required limits when unit operates at 110 percent of rated load for 2 hours with ambient temperature at top of range specified in system service conditions. 11. Louvers: Fixed-engine, cooling-air inlet and discharge. Storm-proof and drainable louvers prevent entry of rain. 12. Interior Lights with Switch: Factory-wired, vaporproof-type fixtures within housing; arranged to illuminate controls and accessible interior. Arrange for external electrical connection. 13. AC lighting system and connection point for operation when remote source is available. 14. DC lighting system for operation when remote source and generator are both unavailable. O. Load Center 1. Provide integral 120/240V Load Center mounted in generator enclosure for battery charger, alternator heater, jacket heater, convenience receptacle, light and all other miscellaneous loads. PART 3. OPERATION 3.1 Sequence of Operation Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 13 A. Generator set shall start on receipt of a start signal from remote equipment. The start signal shall be via hardwired connection to the generator set control and a redundant signal over the required network connection. B. The generator set shall complete a time delay start period as programmed into the control. C. The generator set control shall initiate the starting sequence for the generator set. The starting sequence shall include the following functions: D. The control system shall verify that the engine is rotating when the starter is signaled to operate. If the engine does not rotate after two attempts, the control system shall shut down and lock out the generator set, and indicate “fail to crank” shutdown. E. The engine shall fire and accelerate as quickly as practical to start disconnect speed. If the engine does not start, it shall complete a cycle cranking process as described elsewhere in this specification. If the engine has not started by the completion of the cycle cranking sequence, it shall be shut down and locked out, and the control system shall indicate “fail to start”. F. The engine shall accelerate to rated speed and the alternator to rated voltage. Excitation shall be disabled until the engine has exceeded programmed idle speed, and regulated to prevent over voltage conditions and oscillation as the engine accelerates and the alternator builds to rated voltage. G. On reaching rated speed and voltage, the generator set shall operate as dictated by the control system in isochronous state. H. When all start signals have been removed from the generator set, it shall complete a time delay stop sequence. The duration of the time delay stop period shall be adjustable by the operator. I. On completion of the time delay stop period, the generator set control shall switch off the excitation system and shall shut down. J. Any start signal received after the time stop sequence has begun shall immediately terminate the stopping sequence and return the generator set to isochronous operation. PART 4. OTHER REQUIREMENTS 4.1 Submittals. A. Within (30) days after award of contract, provide (8) sets of the following information for review: 1. Manufacturer’s product literature and performance data, sufficient to verify compliance to specification requirements. 2. A paragraph by paragraph specification compliance statement, describing the differences between the specified and the proposed equipment. 3. Manufacturer's certification of prototype testing. 4. Manufacturer's published warranty documents. 5. Shop drawings showing plan and elevation views with certified overall dimensions, as Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 14 well as wiring interconnection details. 6. Interconnection wiring diagrams showing all external connections required; with field wiring terminals marked in a consistent point-to-point manner. 7. Manufacturer's installation instructions. 4.2 Factory Testing. A. The generator set manufacturer shall perform a complete operational test on the generator set prior to shipping from the factory. A certified test report shall be provided. Equipment supplied shall be fully tested at the factory for function and performance. B. Factory testing may be witnessed by the owner and consulting engineer. Costs for travel expenses will be the responsibility of the owner and consulting engineer. Supplier is responsible to provide two weeks notice for testing. C. Generator set factory tests on the equipment shall be performed at rated load and rated power factor. Generator sets that have not been factory tested at rated power factor will not be acceptable. Tests shall include: run at full load, maximum power, voltage regulation, transient and steady-state governing, single step load pickup, and function of safety shutdowns. 4.3 Installation A. Equipment shall be installed by the contractor in accordance with final submittals and contract documents. Installation shall comply with applicable state and local codes as required by the authority having jurisdiction. Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products. B. Installation of equipment shall include furnishing and installing all interconnecting wiring between all major equipment provided for the on-site power system. The contractor shall also perform interconnecting wiring between equipment sections (when required), under the supervision of the equipment supplier. C. Equipment shall be installed on concrete housekeeping pads. Equipment shall be permanently fastened to the pad in accordance with manufacturer’s instructions and seismic requirements of the site. D. Equipment shall be initially started and operated by representatives of the manufacturer. E. All equipment shall be physically inspected for damage. Scratches and other installation damage shall be repaired prior to final system testing. Equipment shall be thoroughly cleaned to remove all dirt and construction debris prior to initial operation and final testing of the system. 4.4 On-Site Acceptance Test: A. The complete installation shall be tested for compliance with the specification following completion of all site work. Testing shall be conducted by representatives of the manufacturer, with required fuel supplied by Contractor. The Engineer shall be notified in advance and shall have the option to witness the tests. B. Installation acceptance tests to be conducted on-site shall include a "cold start" test, a two Engine Generators Whitecap WWTP UV Disinfection System Upgrade – E10179 26 32 13-T - 15 hour full load test, and a one step rated load pickup test in accordance with NFPA 110. Provide a resistive load bank and make temporary connections for full load test, if necessary. C. Perform a power failure test on the entire installed system. This test shall be conducted by opening the power supply from the utility service, and observing proper operation of the system for at least 2 hours. Coordinate timing and obtain approval for start of test with site personnel. 4.5 Training A. Manufacturer shall submit a training agenda on the standby generators during equipment submittal and approval process. Training shall include equipment operation in automatic and manual modes, common failures/basic troubleshooting, overview of equipment operation and maintenance manuals, and recommended spare parts. Training shall not be less than 2 day(s) in length and shall accommodate up to 6 attendees. Customer may elect to hold two sessions within the two day training period to accommodate additional attendees. B. Follow-up Training: Manufacturer shall include a (4) hour follow-up training session within 6 to 12 months after initial training scheduled at the discretion of the owner. Topics of training session to be determined by owner to allow focused training on operation and troubleshooting. 4.6 Service and support A. The manufacturer of the generator set shall maintain service parts inventory at a central location which is accessible to the service location 24 hours per day, 365 days per year. B. The generator set shall be serviced by a local service organization that is trained and factory certified in generator set service. The supplier shall maintain an inventory of critical replacement parts at the local service organization, and in service vehicles. The service organization shall be on call 24 hours per day, 365 days per year. C. The manufacturer shall maintain model and serial number records of each generator set provided for at least 20 years. 4.7 Warranty A. The generator set and associated equipment shall be warranted for a period of not less than 5 years from the date of final acceptance against defects in materials and workmanship. B. The warranty shall be comprehensive. No deductibles shall be allowed for travel time, service hours, repair parts cost, etc. END OF SECTION Transfer Switches 26 36 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 36 00-T TRANSFER SWITCHES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes transfer switches rated 600 V and less, including the following: 1. Automatic transfer switches. 2. Nonautomatic transfer switches. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. 1. Single-Line Diagram: Show connections between transfer switch, power sources, and load; and show interlocking provisions for each combined transfer switch and bypass/isolation switch. 1.04 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. 1. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 2. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. B. Field quality-control reports. 1.05 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. In addition to items specified in Section 01 33 06 "Operation and Maintenance Data," include the following: 1. Features and operating sequences, both automatic and manual. 2. List of all factory settings of relays; provide relay-setting and calibration instructions, including software, where applicable. 1.06 QUALITY ASSURANCE Transfer Switches 26 36 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Manufacturer Qualifications: Maintain a service center capable of providing training, parts, and emergency maintenance repairs within a response period of less than eight hours from time of notification. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3. C. Source Limitations: Obtain automatic transfer switches and nonautomatic transfer switches through one source from a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Comply with NEMA ICS 1. F. Comply with NFPA 70. G. Comply with NFPA 99. H. Comply with NFPA 110. I. Comply with UL 1008 unless requirements of these Specifications are stricter. 2.00 PRODUCTS 2.01 MANUFACTURED UNITS A. Contactor Transfer Switches: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Eaton b. ASCO c. Cummins d. Russel Electric or equal 2.02 GENERAL TRANSFER-SWITCH PRODUCT REQUIREMENTS A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding 30 percent of switch ampere rating, unless otherwise indicated. B. Tested Fault-Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008. Transfer Switches 26 36 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Where transfer switch includes internal fault-current protection, rating of switch and trip unit combination shall exceed indicated fault-current value at installation location. C. Solid-State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C. D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage- surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage-impulse withstand test of NEMA ICS 1. E. Electrical Operation: Accomplish by a nonfused, momentarily energized solenoid or electric- motor-operated mechanism, mechanically and electrically interlocked in both directions. F. Switch Characteristics: Designed for continuous-duty repetitive transfer of full-rated current between active power sources. 1. Limitation: Switches using molded-case switches or circuit breakers or insulated-case circuit-breaker components are not acceptable. 2. Switch Action: Double throw; mechanically held in both directions. 3. Contacts: Silver composition or silver alloy for load-current switching. Conventional automatic transfer-switch units, rated 225 A and higher, shall have separate arcing contacts. G. Neutral Terminal: Solid and fully rated, unless otherwise indicated. H. Oversize Neutral: Ampacity and switch rating of neutral path through units indicated for oversize neutral shall be double the nominal rating of circuit in which switch is installed. I. Factory Wiring: Train and bundle factory wiring and label, consistent with Shop Drawings, either by color-code or by numbered or lettered wire and cable tape markers at terminations. 1. Designated Terminals: Pressure type, suitable for types and sizes of field wiring indicated. 2. Power-Terminal Arrangement and Field-Wiring Space: Suitable for top, side, or bottom entrance of feeder conductors as indicated. 3. Control Wiring: Equipped with lugs suitable for connection to terminal strips. J. Enclosures: General-purpose NEMA 250, Type 1, complying with NEMA ICS 6 and UL 508, unless otherwise indicated. 2.03 AUTOMATIC TRANSFER SWITCHES A. Comply with Level 1 equipment according to NFPA 110. B. Switching Arrangement: Double-throw type, incapable of pauses or intermediate position stops during normal functioning, unless otherwise indicated. C. Manual Switch Operation: Under load, with door closed and with either or both sources energized. Transfer time is same as for electrical operation. Control circuit automatically disconnects from electrical operator during manual operation. D. Manual Switch Operation: Unloaded. Control circuit automatically disconnects from electrical operator during manual operation. Transfer Switches 26 36 00-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 E. Signal-Before-Transfer Contacts: A set of normally open/normally closed dry contacts operates in advance of retransfer to normal source. Interval is adjustable from 1 to 30 seconds. F. Transfer Switches Based on Molded-Case-Switch Components: Comply with NEMA AB 1, UL 489, and UL 869A. G. Automatic Transfer-Switch Features: 1. Undervoltage Sensing for Each Phase of Normal Source: Sense low phase-to-ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. 2. Adjustable Time Delay: For override of normal-source voltage sensing to delay transfer and engine start signals. Adjustable from zero to six seconds, and factory set for one second. 3. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. 4. Time Delay for Retransfer to Normal Source: Adjustable from 0 to 30 minutes, and factory set for 10 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal-source failure. 6. Switch-Position Pilot Lights: Indicate source to which load is connected. 7. Source-Available Indicating Lights: Supervise sources via transfer-switch normal- and emergency-source sensing circuits. a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available." 8. Unassigned Auxiliary Contacts: Two normally open, single-pole, double-throw contacts for each switch position, rated 10 A at 240-V ac. 9. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. 3.00 EXECUTION 3.01 INSTALLATION A. Floor-Mounting Switch: Anchor to floor by bolting. 1. Retain subparagraph below to require floor-mounting switches to be installed on concrete bases. Coordinate with Drawings. Transfer Switches 26 36 00-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Concrete Bases: 4 inches (100 mm) high, reinforced, with chamfered edges. Extend base no more than 4 inches (100 mm) in all directions beyond the maximum dimensions of switch, unless otherwise indicated or unless required for seismic support. 3.02 CONNECTIONS A. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring. B. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." C. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables." 3.03 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. C. Perform the following tests and inspections with the assistance of a factory-authorized service representative: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase-to-phase and phase-to-ground with insulation- resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase-to-ground voltage for each phase of normal source. c. Verify time-delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. Transfer Switches 26 36 00-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 e. Perform contact-resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. D. Testing Agency's Tests and Inspections: 1. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 3. Measure insulation resistance phase-to-phase and phase-to-ground with insulation- resistance tester. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. c. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 4. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase-to-ground voltage for each phase of normal source. c. Verify time-delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Test bypass/isolation unit functional modes and related automatic transfer-switch operations. f. Perform contact-resistance test across main contacts and correct values exceeding 500 microhms and values for 1 pole deviating by more than 50 percent from other poles. g. Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool- down and shutdown. 5. Ground-Fault Tests: Coordinate with testing of ground-fault protective devices for power delivery from both sources. a. Verify grounding connections and locations and ratings of sensors. E. Coordinate tests with tests of generator and run them concurrently. F. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. Transfer Switches 26 36 00-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 G. Remove and replace malfunctioning units and retest as specified above. H. Prepare test and inspection reports. 3.04 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment as specified below. B. Coordinate this training with that for generator equipment. END OF SECTION Lighting 26 50 00-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 50 00-T LIGHTING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install light fixtures, complete with lamps, drivers and other incidentals. Electrical work shall be in accordance with Section 26 05 00 “Common Work Results for Electrical.” 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: Lamps shall comply with the specifications and shall be by the following Manufacturers: 1. Sylvania. 2. General Electric. 3. Phoenix 4. Approved Equal B. Fixtures and Lamps shall be of the LED Type and UL Listed. 1.03 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. NFPA 70. 2. UL 1570. 3. UL 844. 4. UL 1029. 5. ANSI C82.4. 6. UL924. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 “Submittal Register” and shall include: 1. Product data sheets: Product data sheets shall be marked for each fixture type, arranged in the order of the fixture designation. Product data shall describe fixtures, and emergency lighting units and shall include the following: a. Outline drawings indicating dimensions and principal features of the fixture. b. Electrical ratings and photometric data provided by certified laboratory tests for the fixture and lamps. c. Battery and charger data for emergency lighting units. Lighting 26 50 00-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.05 DELIVERY AND STORAGE A. Ship light fixtures inside protective cartons and keep packaged until installed. Deliver lamps to the job site in the original packing cases and sleeves. 1.06 JOB CONDITIONS A. Provide cold weather ratings for fixtures which are subject to temperatures below 32 F. B. Provide U.L. labels where fixtures are subject to moisture. Provide DL or Wl label on fixtures required for the location. 2.00 PRODUCTS 2.01 MATERIALS A. Emergency Lighting Units shall include a battery and charger integral to the fixture. Relay shall automatically turn lamps on when supply voltage drops to 80 percent of nominal voltage or below. Lamp automatically disconnects from battery when voltage approaches deep-discharge level. Relay disconnects lamps and battery and automatically recharges and floats on trickle charger when normal voltage is restored. B. Linear LED Lighting fixtures (2x4,2x2,1x4, surface and suspended direct /indirect) shall utilize linear discreet low wattage LED array technology as a light producing source. LED array light source shall be available in 3 color temperatures 3000 Kelvin, 3500 Kelvin and 4000 Kelvin. Color temperature shift between discreet LEDS on array shall be + or – 275 CCT falling within a 3 Macadam ellipse or less. LED arrays shall have a minimum output efficacy of 115 Lumens per watt or better off the individual boards with a life span of no less than 50,000 hours at L70. Life ratings shall comply with TM-21-11 standards. LED arrays shall be individually coded by manufacture to enable tracking and replacement if failure occurs. Dimming shall be standard on all luminaires through the use of a two wire 0-10 volt protocol. Dimming range shall be from 100% on high end down to 15% on the low end. Color rendering of fixture shall not be less than 85 CRI. LED fixtures shall have at least two or more light level outputs. LED drivers utilized in fixtures shall be mounted in fixture in discreet electrically approved enclosures that can be mechanically removed from fixture through the use of non-permanent reusable electrical connections. These shall be field replaceable by maintenance personal. Drivers shall conform to driver specifications mentioned in section__ of this specification. LED fixtures shall be Design Light Consortium (DLC) listed as well as carrying typical UL or ETL listings. LED fixtures shall have a 5 year warranty on all components. 3.00 EXECUTION 3.01 INSTALLATION A. Provide the lighting fixtures, as specified and scheduled on the plans. If a type designation is omitted, verify the fixture selection with the Engineer before installation. B. Check the architectural finishes and provide fixtures with proper trim, frames, support hangers and other hardware required to coordinate with the proper finishes, regardless of the specified or scheduled catalog number, prefixes and suffixes. Lighting 26 50 00-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Test and aim flood lights, when dark outside to provide a uniform and widespread, illuminated area. D. Furnish and install photocells where indicated on the plans. Cells shall face a northerly direction. E. Furnish and install exit lights where scheduled and indicated on the plans. Locate fixtures on the ceiling or wall, as required by the Engineer. Provide relays and the necessary wiring to provide a flashing exit light system upon the activation of a fire alarm. Install exit lights in accordance with Paragraph (Q) (2) of the Handicapped Accessibility Act of Texas. F. Furnish and install a complete exterior lighting control system, as indicated on the plans. Provide materials and equipment to properly interface timing devices and photocells with relays and contactors so that a complete and satisfactory operating system is rendered. 3.02 CLEAN AND ADJUST A. Immediately before final inspection, clean all fixtures, inside and out, including plastics and glassware. Adjust all trim to properly fit adjacent surfaces, Replace broken or damaged parts. Lamp and test all fixtures for electrical, as well as, mechanical operation. 3.03 SPARE PARTS A. Lamp: Provide 10 lamps for every 100 of each type and rating installed. Furnish at least one of each type. B. Plastic Diffusers and Lenses: One for every 100 of each type and rating installed. Furnish at least one of each type. C. Drivers: One for every 10 of each type and rating installed. Furnish at least one of each type. D. Globes and Guards: Five for every 100 of each type and rating installed. Furnish at least one of each type. END OF SECTION Motor Control Center 26 05 53-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 64 19-T MOTOR- CONTROL CENTERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. The motor control center (MCC) shall be furnished as a part of the ECR Building and shall be factory installed, wired and tested by the ECR Manufacturer. 1.2 SUMMARY A. Section includes MCCs for use with ac circuits rated 600 V and less and having the following factory-installed components: 1. Incoming main lugs and OCPDs. 2. Full-voltage magnetic controllers. 3. Feeder-tap units. 4. TVSS. 5. Instrumentation. 6. Auxiliary devices. 1.3 DEFINITIONS A. BAS: Building automation system. B. CE: Conformite European (European Compliance). C. CPT: Control power transformer. D. EMI: Electromagnetic interference. E. GFCI: Ground fault circuit interrupting. F. IGBT: Insulated-gate bipolar transistor. G. LAN: Local area network. H. LED: Light-emitting diode. I. MCC: Motor-control center. Motor Control Center 26 05 53-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 J. MCCB: Molded-case circuit breaker. K. MCP: Motor-circuit protector. L. NC: Normally closed. M. NO: Normally open. N. OCPD: Overcurrent protective device. O. PCC: Point of common coupling. P. PID: Control action, proportional plus integral plus derivative. Q. PT: Potential transformer. R. PWM: Pulse-width modulated. S. RFI: Radio-frequency interference. T. SCR: Silicon-controlled rectifier. U. TDD: Total demand (harmonic current) distortion. V. THD(V): Total harmonic voltage demand. W. TVSS: Transient voltage surge suppressor. 1.4 SUBMITTALS A. Product Data: For each type of controller and each type of MCC. Include shipping and operating weights, features, performance, electrical ratings, operating characteristics, and furnished specialties and accessories. B. LEED Submittals: 1. Product Data for Credit EA 5: For continuous metering equipment for energy consumption. C. Shop Drawings: For each MCC, manufacturer's approval drawings as defined in UL 845. In addition to requirements specified in UL 845, include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. 1. Show tabulations of installed devices, equipment features, and ratings. Include the following: Motor Control Center 26 05 53-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. Each installed unit's type and details. b. Factory-installed devices. c. Enclosure types and details. d. Nameplate legends. e. Short-circuit current (withstand) rating of complete MCC, and for bus structure and each unit. f. Features, characteristics, ratings, and factory settings of each installed controller and feeder device, and installed devices. g. Specified optional features and accessories. 2. Schematic and Connection Wiring Diagrams: For power, signal, and control wiring for each installed controller. 3. Nameplate legends. 4. Vertical and horizontal bus capacities. 5. Features, characteristics, ratings, and factory settings of each installed unit. D. Standard Drawings: For each MCC, as defined in UL 845. E. Production Drawings: For each MCC, as defined in UL 845. F. Coordination Drawings: Floor plans, drawn to scale, showing dimensioned layout, required working clearances, and required area above and around MCCs where pipe and ducts are prohibited. Show MCC layout and relationships between electrical components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. G. Qualification Data: For qualified testing agency. H. Product Certificates: For each MCC, from manufacturer. I. Source quality-control reports. J. Field quality-control reports. K. Operation and Maintenance Data: For MCCs, all installed devices, and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following: 1. Manufacturer's Record Drawings: As defined in UL 845. In addition to requirements specified in UL 845, include field modifications and field-assigned wiring identification incorporated during construction by manufacturer, Contractor, or both. 2. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. 3. Manufacturer's written instructions for setting field-adjustable overload relays. 4. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced- voltage, solid-state controllers. Motor Control Center 26 05 53-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 5. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. 6. Manufacturer's written instructions for setting field-adjustable timers, controls, and status and alarm points. L. Load-Current and Overload-Relay Heater List: Compile after motors have been installed, and arrange to demonstrate that selection of heaters suits actual motor nameplate full-load currents. M. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed, and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. N. Warranty: Sample of special warranty. 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on-site testing. B. Source Limitations: Obtain MCCs and controllers of a single type from single source from single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with NFPA 70. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver MCCs in shipping splits of lengths that can be moved past obstructions in delivery paths. B. Handle MCCs according to the following: 1. NEMA ICS 2.3, "Instructions for the Handling, Installation, Operation, and Maintenance of Motor Control Centers Rated Not More Than 600 Volts." 2. NECA 402, "Recommended Practice for Installing and Maintaining Motor Control Centers." C. If stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside MCCs; install temporary electric heating, with at least 250 W per vertical section. Motor Control Center 26 05 53-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.7 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Less than 0 deg F (minus 18 deg C) or exceeding 104 deg F (40 deg C), with an average value exceeding 95 deg F (35 deg C) over a 24-hour period. 2. Ambient Storage Temperature: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F (60 deg C). 3. Humidity: Less than 95 percent (noncondensing). 4. Altitude: Exceeding 6600 feet (2000 m), or 3300 feet (1000 m) if MCC includes solid- state devices. B. Interruption of Existing Electrical Service or Distribution Systems: Do not interrupt electrical service to, or distribution systems within, a facility occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of electrical service. 2. Indicate method of providing temporary electrical service. 3. Do not proceed with interruption of electrical service without Owner's written permission. 4. Comply with NFPA 70E. C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for MCCs, including clearances between MCCs and adjacent surfaces and other items. 1.8 COORDINATION A. Coordinate sizes and locations of concrete bases. Cast anchor-bolt inserts into bases. B. Coordinate features of MCCs, installed units, and accessory devices with remote pilot devices and control circuits to which they connect. C. Coordinate features, accessories, and functions of each MCC, each controller, and each installed unit with ratings and characteristics of supply circuits, motors, required control sequences, and duty cycle of motors and loads. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace TVSS that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. Motor Control Center 26 05 53-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.10 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Control Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than two of each size and type. 2. Indicating Lights: Two of each type and color installed. 3. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 4. Power Contacts: Furnish one spare for each size and type of magnetic contactor installed. PART 2 - PRODUCTS 2.1 MANUFACTURED UNITS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ABB; Control Products. 2. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 3. General Electric Company; GE Industrial Systems. 4. Rockwell Automation, Inc.; Allen-Bradley Brand. 5. Siemens Energy & Automation, Inc.; Power Distribution. 6. Square D; a brand of Schneider Electric. B. General Requirements for MCCs: Comply with NEMA ICS 18 and UL 845. 2.2 FUNCTIONAL FEATURES A. Description: Modular arrangement of main units, controller units, control devices, feeder-tap units, instruments, metering, auxiliary devices, and other items mounted in vertical sections of MCC. B. Controller Units: Combination controller units. 1. Install units up to and including Size 3 on drawout mountings with connectors that automatically line up and connect with vertical-section buses while being racked into their normal, energized positions. Motor Control Center 26 05 53-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Equip units in Type B and Type C MCCs with pull-apart terminal strips for external control connections. C. Feeder-Tap Units: Through 225-A rating shall have drawout mountings with connectors that automatically line up and connect with vertical-section buses while being racked into their normal, energized positions. D. Future Units: Compartments fully bused and equipped with guide rails or equivalent, ready for insertion of drawout units. E. Spare Units: Installed in compartments indicated "spare." 2.3 INCOMING MAINS A. Incoming Mains Location: Top. B. Main Lugs Only: Conductor connectors suitable for use with conductor material and sizes. 1. Material: copper. 2. Main and Neutral Lugs: Mechanical type. C. MCCB: Comply with UL 489, with interrupting capacity to meet available fault currents. 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with front- mounted, field-adjustable trip setting. 3. Electronic trip circuit breakers with rms sensing; field-replaceable rating plug or field- replicable electronic trip; and the following field-adjustable settings: a. Instantaneous trip. b. Long- and short-time pickup levels. c. Long- and short-time time adjustments. d. Ground-fault pickup level, time delay, and I 2t response. 4. Current-Limiting Circuit Breakers: Frame sizes 400 A and smaller; let-through ratings less than NEMA FU 1, RK-5. 5. Integrally Fused Circuit Breakers: Thermal-magnetic trip element with integral limiter- style fuse listed for use with circuit breaker; trip activation on fuse opening or on opening of fuse compartment door. 6. MCCB Features and Accessories: a. Standard frame sizes, trip ratings, and number of poles. b. Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor material. Motor Control Center 26 05 53-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 c. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HID for feeding fluorescent and high-intensity discharge (HID) lighting circuits. d. Ground-Fault Protection: Integrally mounted relay and trip unit with adjustable pickup and time-delay settings, push-to-test feature, and ground-fault indicator. e. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground-fault protection function. f. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage without intentional time delay. g. Auxiliary Contacts: One SPDT switch with "a" and "b" contacts; "a" contacts mimic circuit-breaker contacts, "b" contacts operate in reverse of circuit-breaker contacts. h. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation; key shall be removable only when circuit breaker is in off position. D. Insulated-Case Circuit Breaker: 100 percent rated, sealed, insulated-case power circuit breaker with interrupting capacity rating to meet available fault current. 1. Drawout circuit-breaker mounting. 2. Two-step, stored-energy closing. 3. Standard-function, microprocessor-based trip units with interchangeable rating plug, trip indicators, and the following field-adjustable settings: a. Instantaneous trip. b. Long- and short-time time adjustments. c. Ground-fault pickup level, time delay, and I 2t response. 4. Zone-Selective Interlocking: Integral with electronic trip unit; for interlocking ground- fault protection function. 5. Remote trip indication and control. 2.4 COMBINATION CONTROLLERS A. Full-Voltage Controllers: 1. General Requirements for Full-Voltage Enclosed Controllers: Comply with NEMA ICS 2, general purpose, Class A. 2. Magnetic Controllers: Full voltage, across the line, electrically held. a. Configuration: Nonreversing. B. Disconnecting Means and OCPDs: 1. MCP Disconnecting Means: Motor Control Center 26 05 53-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents, instantaneous-only circuit breaker with front-mounted, field-adjustable, short-circuit trip coordinated with motor locked-rotor amperes. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. c. Auxiliary contacts "a" and "b" arranged to activate with MCP handle. d. NC alarm contact that operates only when MCP has tripped. e. Current-limiting module to increase controller short-circuit current (withstand) rating to 100 kA. 2. MCCB Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with interrupting capacity to comply with available fault currents; thermal-magnetic MCCB, with inverse time-current element for low-level overloads and instantaneous magnetic trip element for short circuits. b. Front-mounted, adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. c. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. d. Auxiliary contacts "a" and "b" arranged to activate with MCCB handle. e. NC alarm contact that operates only when MCCB has tripped. 3. Molded-Case Switch Disconnecting Means: a. UL 489, NEMA AB 1, and NEMA AB 3, with in-line fuse block for Class J or L power fuses (depending on ampere rating), providing an interrupting capacity to comply with available fault currents; MCCB with fixed, high-set instantaneous trip only. b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed position. c. Auxiliary contacts "a" and "b" arranged to activate with molded-case switch handle. d. NC alarm contact that operates only when molded-case switch has tripped. C. Overload Relays: 1. Bimetallic Overload Relays: a. Inverse-time-current characteristic. b. Class 20 tripping characteristic. c. Heaters in each phase matched to nameplate full-load current of actual protected motor and with appropriate adjustment for duty cycle. d. Ambient compensated. e. Automatic resetting. D. Control Power: Motor Control Center 26 05 53-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Control Circuits: 120-V ac; obtained from integral CPT, with primary and secondary fuses, with CPT control power source of sufficient capacity to operate integral devices and remotely located pilot, indicating, and control devices. a. CPT Spare Capacity: 50 VA. 2.5 TRANSIENT VOLTAGE SUPPRESSION DEVICES A. Surge Protection Device Description: IEEE C62.41-compliant, integrally mounted, wired-in, solid-state, parallel-connected, modular (with field-replaceable modules) type, with sine-wave tracking suppression and filtering modules, UL 1449, second edition, short-circuit current rating matching or exceeding the MCC short-circuit rating, and with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed. 9. Form-C contacts rated at 5 A and 250-V ac, one NO and one NC, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current-limiting device. Coordinate with building power monitoring and control system. 10. Six-digit, transient-event counter set to totalize transient surges. B. Peak Single-Impulse Surge Current Rating: 160 kA per mode/320 kA per phase. Retain "Withstand Capabilities" Paragraph below for MCCs located at or near Category C locations. C. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-mic.sec. surges with less than 5 percent change in clamping voltage. D. Protection modes and UL 1449 SVR for grounded wye circuits with 480Y/277-V, three-phase, four-wire circuits shall be as follows: 1. Line to Neutral: 800 V for 480Y/277. 2. Line to Ground: 800 V for 480Y/277. 3. Neutral to Ground: 800 V for 480Y/277. 2.6 INSTRUMENTATION A. Instrument Transformers: IEEE C57.13, NEMA EI 21.1, and the following: Motor Control Center 26 05 53-T - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. PTs: IEEE C57.13; 120 V, 60 Hz, single secondary; disconnecting type with integral fuse mountings. Burden and accuracy shall be consistent with connected metering and relay devices. 2. Current Transformers: IEEE C57.13; 5 A, 60 Hz, secondary; bar or window type; single secondary winding and secondary shorting device. Burden and accuracy shall be consistent with connected metering and relay devices. 3. CPTs: Dry type, mounted in separate compartments for units larger than 3 kVA. 4. Current Transformers for Neutral and Ground-Fault Current Sensing: Connect secondary wiring to ground overcurrent relays, via shorting terminals, to provide selective tripping of main and tie circuit breaker. Coordinate with feeder circuit- breaker, ground-fault protection. B. Multifunction Digital-Metering Monitor: Microprocessor-based unit suitable for three- or four- wire systems and with the following features: 1. Listed or recognized by a nationally recognized testing laboratory. 2. Inputs from sensors or 5-A current-transformer secondaries, and potential terminals rated to 600 V. 3. Switch-selectable digital display of the following values with the indicated maximum accuracy tolerances: a. Phase Currents, Each Phase: Plus or minus 1 percent. b. Phase-to-Phase Voltages, Three Phase: Plus or minus 1 percent. c. Phase-to-Neutral Voltages, Three Phase: Plus or minus 1 percent. d. Three-Phase Real Power (Megawatts): Plus or minus 2 percent. e. Three-Phase Reactive Power (Megavars): Plus or minus 2 percent. f. Power Factor: Plus or minus 2 percent. g. Frequency: Plus or minus 0.5 percent. h. Accumulated Energy, Megawatt Hours: Plus or minus 2 percent; accumulated values unaffected by power outages up to 72 hours. i. Megawatt Demand: Plus or minus 2 percent; demand interval programmable from five to 60 minutes. j. Contact devices to operate remote impulse-totalizing demand meter. 4. Mounting: Display and control unit flush or semiflush mounted in instrument compartment door. C. Ammeters, Voltmeters, and Power-Factor Meters: ANSI C39.1. 1. Meters: 4-inch (100-mm) diameter or 6 inches (150 mm) square, flush or semiflush, with antiparallax 250-degree scale and external zero adjustment. 2. Voltmeters: Cover an expanded-scale range of nominal voltage plus 10 percent. D. Instrument Switches: Rotary type with off position. Motor Control Center 26 05 53-T - 12 Whitecap WWTP UV Disinfection System Upgrade – E10179 1. Voltmeter Switches: Permit reading of all phase-to-phase voltages and phase-to-neutral voltages where a neutral is included. 2. Ammeter Switches: Permit reading of current in each phase and maintain current- transformer secondaries in a closed-circuit condition at all times. E. Feeder Ammeters: 2-1/2-inch (64-mm) minimum size with 90- or 120-degree scale. Meter and transfer device with off position, located on overcurrent device door for feeder circuits, unless otherwise indicated. F. Watt-Hour Meters and Wattmeters: 1. Comply with ANSI C12.1. 2. Three-phase induction type with two stators, each with current and potential coil, rated 5 A, 120 V, 60 Hz. 3. Suitable for connection to three- and four-wire circuits. 4. Potential indicating lamps. 5. Adjustments for light and full load, phase balance, and power factor. 6. Four-dial clock register. 7. Integral demand indicator. 8. Contact devices to operate remote impulse-totalizing demand meter. 9. Ratchets to prevent reverse rotation. 10. Removable meter with drawout test plug. 11. Semiflush mounted case with matching cover. 12. Appropriate multiplier tag. G. Impulse-Totalizing Demand Meter: 1. Comply with ANSI C12.1. 2. Suitable for use with MCC watt-hour meter, including two-circuit totalizing relay. 3. Cyclometer. 4. Four-dial, totalizing kilowatt-hour register. 5. Positive chart drive mechanism. 6. Capillary pen holding a minimum of one month's ink supply. 7. Roll chart with minimum 31-day capacity; appropriate multiplier tag. 8. Capable of indicating and recording 15-minute integrated demand of totalized system. 2.7 MCC CONTROL POWER A. Control Circuits: 120-V ac, supplied through secondary disconnecting devices from CPT. B. Control Circuits: 120-V ac, supplied from remote branch circuit. C. Electrically Interlocked Main and Tie Circuit Breakers: Two CPTs in separate compartments, with interlocking relays, connected to the primary side of each CPT at the line side of the associated main circuit breaker. 120-V secondaries connected through automatic transfer relays to ensure a fail-safe automatic transfer scheme. Motor Control Center 26 05 53-T - 13 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. Control Power Fuses: Primary and secondary fuses for current-limiting and overload protection of transformer and fuses for protection of control circuits. E. Control Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. 2.8 ENCLOSURES A. Indoor Enclosures: Freestanding steel cabinets unless otherwise indicated. NEMA 250, Type 1 unless otherwise indicated to comply with environmental conditions at installed location. B. Enclosure Finish for Indoor Units: Factory-applied finish in manufacturer's standard gray finish over a rust-inhibiting primer on treated metal surface. 1. Finish: Factory-applied finish in manufacturer's standard color; undersurfaces treated with corrosion-resistant undercoating. 2. Enclosure: Flat roof; bolt-on rear covers for each section, with provisions for padlocking. C. Compartments: Modular; individual lift-off doors with concealed hinges and quick-captive screw fasteners. Interlocks on units requiring disconnecting means in off position before door can be opened or closed, except by operating a permissive release device. D. Interchangeability: Compartments constructed to allow for removal of units without opening adjacent doors, disconnecting adjacent compartments, or disturbing operation of other units in MCC; same size compartments to permit interchangeability and ready rearrangement of units, such as replacing three single units with a unit requiring three spaces, without cutting or welding. E. Wiring Spaces: 1. Vertical wireways in each vertical section for vertical wiring to each unit compartment; supports to hold wiring in place. 2. Horizontal wireways in bottom and top of each vertical section for horizontal wiring between vertical sections; supports to hold wiring in place. 2.9 AUXILIARY DEVICES A. General Requirements for Control-Circuit and Pilot Devices: NEMA ICS 5; factory installed in controller enclosure cover unless otherwise indicated. 1. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, oiltight type. a. Push Buttons: Recessed types; momentary contact unless otherwise indicated. b. Pilot Lights: LED types; RED RUN; GREEN STOPPED; push to test. Motor Control Center 26 05 53-T - 14 Whitecap WWTP UV Disinfection System Upgrade – E10179 c. Selector Switches: Rotary type. 2. Elapsed-Time Meters: Heavy duty with digital readout in hours; nonresettable. 3. Meters: Panel type, 2-1/2-inch (64-mm) minimum size with 90- or 120-degree scale and plus or minus 2 percent accuracy with selector switches having an off position. B. Reversible NC/NO contactor auxiliary contact(s). C. Control Relays: Auxiliary and adjustable solid-state time-delay relays. D. Phase-Failure, Phase-Reversal, and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard-wired connections. Provide adjustable undervoltage, overvoltage, and time-delay settings. E. Space heaters, with NC auxiliary contacts, to mitigate condensation in enclosures installed outdoors or in unconditioned interior spaces subject to humidity and temperature swings. F. Sun shields installed on fronts, sides, and tops of enclosures installed outdoors and subject to direct and extended sun exposure. G. Cover gaskets for Type 1 enclosures. 2.10 CHARACTERISTICS AND RATINGS A. Control and Load Wiring: Factory installed, with bundling, lacing, and protection included. Provide flexible conductors for No. 8 AWG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. B. Nominal System Voltage: 480Y/277 V, three phase, four wire. C. Short-Circuit Current Rating for Each Unit: Fully rated; 65 kA. D. Short-Circuit Current Rating of MCC: Fully rated with its main overcurrent device; 65 kA. E. Environmental Ratings: 1. Ambient Temperature Rating: Not less than 0 deg F and not exceeding 104 deg F, with an average value not exceeding 95 deg F (35 deg C) over a 24-hour period. 2. Ambient Storage Temperature Rating: Not less than minus 4 deg F (minus 20 deg C) and not exceeding 140 deg F (60 deg C) 3. Humidity Rating: Less than 95 percent (noncondensing). F. Main-Bus Continuous Rating: as noted on drawings. G. Vertical-Bus Minimum Continuous Rating: 300 A. Motor Control Center 26 05 53-T - 15 Whitecap WWTP UV Disinfection System Upgrade – E10179 H. Horizontal and Vertical Bus Bracing (Short-Circuit Current Rating): Match MCC short-circuit current rating. I. Main Horizontal and Equipment Ground Buses: Uniform capacity for entire length of MCC's main and vertical sections. Provide for future extensions. J. Vertical Phase and Equipment Ground Buses: Uniform capacity for entire usable height of vertical sections, except for sections incorporating single units. K. Front-Connected, Front-Accessible MCCs: 1. Main Devices: Fixed mounted. 2. Controller Units: Drawout mounted. 3. Sections front and rear aligned. L. Utility Metering Compartment: Fabricated, barrier compartment and section complying with utility company's requirements; hinged sealed door; buses provisioned for mounting utility company's current transformers and potential transformers or potential taps as required by utility company. If separate vertical section is required for utility metering, match and align with basic MCC. Provide service entrance label and necessary applicable service entrance features. M. Owner Metering Compartment: A separate customer metering compartment and section with front hinged door, metering, and current transformers for each meter. Current transformer secondary wiring shall be terminated on shorting-type terminal blocks. N. Bus Transition and Incoming Pull Sections: Matched and aligned with basic MCC. O. Pull Box on Top of an MCC: 1. Adequate ventilation to maintain temperature in pull box within same limits as MCC. 2. Set back from front to clear circuit-breaker removal mechanism. 3. Removable covers forming top, front, and sides. Top covers at rear easily removable for drilling and cutting. 4. Insulated bottom of fire-resistive material with separate holes for cable drops into MCC. 5. Cable supports arranged to facilitate cabling and adequate to support cables, including those for future installation. 6. Isolation Barrier Access Provisions: Permit checking of bus-bolt tightness. P. Future Devices: Equip compartments with mounting brackets, supports, bus connections, and appurtenances at full rating of unit. Q. Bus-Bar Insulation: Factory-applied, flame-retardant, tape wrapping of individual bus bars or flame-retardant, spray-applied insulation. Minimum insulation temperature rating of 105 deg C. Motor Control Center 26 05 53-T - 16 Whitecap WWTP UV Disinfection System Upgrade – E10179 R. Fungus Proofing: Permanent fungicidal treatment for OCPDs and other components including instruments and instrument transformers. 2.11 SOURCE QUALITY CONTROL A. MCC Testing: Inspect and test MCCs according to requirements in NEMA ICS 18. B. defective if they do not pass tests and inspections. C. Prepare test and inspection reports. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and surfaces to receive MCCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance of the Work. B. Examine enclosed controllers before installation. Reject enclosed controllers that are wet, moisture damaged, or mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Coordinate layout and installation of MCCs with other construction including conduit, piping, equipment, and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. B. Floor-Mounting Controllers: Install MCCs on 4-inch (100-mm) nominal thickness concrete base. Comply with requirements for concrete base specified in Division 03 Section "Cast-in- Place Concrete." 1. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch (450-mm) centers around the full perimeter of concrete base. 2. For supported equipment, install epoxy-coated anchor bolts that extend through concrete base and anchor into structural concrete floor. 3. Place and secure anchorage devices. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 4. Install anchor bolts to elevations required for proper attachment to supported equipment. Motor Control Center 26 05 53-T - 17 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in each fusible switch. E. Install heaters in thermal-overload relays. Select heaters based on actual nameplate full-load amperes after motors have been installed. F. Install, connect, and fuse thermal-protector monitoring relays furnished with motor-driven equipment. G. Comply with NECA 1. 3.3 IDENTIFICATION A. Comply with requirements in Division 26 05 53 Section "Identification for Electrical Systems" for identification of MCC, MCC components, and control wiring. 1. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. 2. Label MCC and each cubicle with engraved nameplate. 3. Label each enclosure-mounted control and pilot device. 4. Mark up a set of manufacturer's connection wiring diagrams with field-assigned wiring identifications and return to manufacturer for inclusion in Record Drawings. B. Operating Instructions: Frame printed operating instructions for MCCs, including control sequences and emergency procedures. Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of MCCs. 3.4 CONTROL WIRING INSTALLATION A. Bundle, train, and support wiring in enclosures. B. Connect selector switches and other automatic-control selection devices where applicable. 1. Connect selector switches to bypass only those manual- and automatic-control devices that have no safety functions when switch is in manual-control position. 2. Connect selector switches within enclosed controller circuit in both manual and automatic positions for safety-type control devices such as low- and high-pressure cutouts, high-temperature cutouts, and motor overload protectors. Motor Control Center 26 05 53-T - 18 Whitecap WWTP UV Disinfection System Upgrade – E10179 3.5 CONNECTIONS A. Comply with requirements for installation of conduit in Division 26 05 33 Section "Raceway and Boxes for Electrical Systems." Drawings indicate general arrangement of conduit, fittings, and specialties. B. Comply with requirements in Division 16 Section "Grounding and Bonding for Electrical Systems." 3.6 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. C. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. D. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Inspect controllers, wiring, components, connections, and equipment installation. 2. Test insulation resistance for each enclosed controller element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at controller locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6. Perform each electrical test and visual and mechanical inspection stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 8. Perform the following infrared (thermographic) scan tests and inspections and prepare reports: Motor Control Center 26 05 53-T - 19 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each multipole enclosed controller. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each multipole enclosed controller 11 months after date of Substantial Completion. c. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. 10. Mark up a set of manufacturer's drawings with all field modifications incorporated during construction and return to manufacturer for inclusion in Record Drawings. F. Enclosed controllers will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports, including a certified report that identifies enclosed controllers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.7 STARTUP SERVICE A. Engage a factory-authorized service representative to perform Perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.8 ADJUSTING A. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload-relay pickup and trip ranges. B. Adjust overload relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. C. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to six times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush, adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Engineer before increasing settings. Motor Control Center 26 05 53-T - 20 Whitecap WWTP UV Disinfection System Upgrade – E10179 3.9 PROTECTION A. Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until enclosed controllers are ready to be energized and placed into service. B. Replace controllers whose interiors have been exposed to water or other liquids prior to Substantial Completion. 3.10 DEMONSTRATION A. Engage a factory-authorized service representative to train Train Owner's maintenance personnel to adjust, operate, and maintain enclosed controllers. END OF SECTION Packaged Electrical Control Room (ECR) 26 69 20-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 26 69 20-T PACKAGED ELECTRICAL CONTROL ROOM (ECR) PART 1 GENERAL 1.01 SCOPE A. The specification covers requirements applicable to the provision of Packaged Electrical Control Rooms (ECR). The ECR shall be environmentally controlled, and shall consist of a coordinated grouping of electrical power and control equipment as indicated on any accompanying data sheets and/or drawings. Any data sheets, drawings, or any other related documents accompanying this specification shall be considered a part of this specification. B. The supplier shall furnish, install, interconnect and test the equipment and materials specified herein, as well as any equipment specified in any related documents. C. Site conditions shall be shown on the data sheet(s). These conditions shall be considered when sizing and designing equipment. D. Any exceptions to the specification shall be noted in the supplier’s quotation, under a separate heading. For any portions of the specification which have not been excepted or clarified, the customer shall construe complete compliance by the supplier. E. Any exceptions to entire portions of the specification, and any notations of exception to anything which is not in the supplier’s quotation shall be deemed non-responsive and shall be rejected. F. All electrical equipment including but not limited to Motor Control Center, lighting transformer, and lighting panel shall be factory installed and wired. 1.02 REFERENCES A. All materials, equipment and labor supplied by the supplier shall be in strict compliance with the statutes, codes and standards listed herein. Where conflicts exist between statutes, codes and standards, the more stringent requirement shall prevail. Applicable statutes, codes and standards are as listed below: 1. American Institute of Steel Construction (AISC) 2. American National Standard Institute (ANSI) 3. American Society of Testing and Materials (ASTM) 4. American Welding Society (AWS) a. AWSD1.1 Structural Welding Code – Steel 5. National Fire Protection Association (NFPA) 6. National Electric Code (NEC) 7. National Electrical Manufacturers Association (NEMA) 8. Underwriters’ Laboratories (UL) 9. Uniform Building Code (UBC). Packaged Electrical Control Room (ECR) 26 69 20-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.03 SUBMITTALS A. The supplier shall provide the following submittals: 1. Any quality plans, forms, or procedures deemed necessary by the customer. 2. Electrical drawings including: a. Electrical notes. b. Building electrical plan, showing conduit, wireway, and any other means of wiring transit. c. Building services wiring diagrams. d. Grounding system plan. e. Interconnection wiring diagrams. 1.04 QUALITY REQUIREMENTS A. The ECR shall be manufactured under an established autonomous quality assurance program. The supplier shall have a designated quality assurance (QA) manager. The supplier must be ISO 9002 certified, or have a quality system in place, which corresponds with the requirements of ISO 9002. 1. The successful bidder shall be prepared to submit for customer approval, any and/or all quality plans, forms, and procedures applicable to the manufacturer of the ECR. PART 2 PRODUCTS 2.01 PACKAGED ELECTRICAL CONTROL ROOM (ECR) A. The ECR shall be designed and constructed for outdoor use under wind and seismic load conditions per the UBC guidelines for the jobsite. B. The building and all components mounted thereon shall be designed for and anchored sufficiently for transportation to the jobsite. C. The skid shall be of all welded, seamless construction utilizing ASTM-A36 structural steel members, sized and arranged for proper strength, and able to withstand the stress and loads which will result when lifting the complete factory fabricated and equipped assemblies. Welding shall be in accordance with the requirements of AWSD1.1. All welding shall be performed by welders certified through the 4G position. Suppliers shall be prepared to show welders’ certificates. 1. Deflection shall be L/240. The building shall be suitable for installation on a concrete pad or on piers. 2. The skid shall be equipped with two (2) stainless steel ground pads located at opposite corners of the skid. 3. The skid shall be provided with an 8-10 mil coverage of bituminous mastic undercoating. Packaged Electrical Control Room (ECR) 26 69 20-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. The floor shall be a minimum of 1/4-inch H.R. ASTM-A36 smooth steel plate welded to the perimeter and longitudinal and/or transverse structural members of the skid. The floor loading shall be not less than 250 PSF. 1. The floor shall be provided with floor cutouts where required for power and control cable entry/exit from the equipment. The cutouts shall be provided with 12 guage galvanized coverplates. E. Building construction: 1. Building walls, roof and ceiling shall be fabricated from G90 galvanized steel. Exterior walls, exterior roof and interior ceiling shall be of self-framing, interlocking design, with maximum panel width of 16-inch. Buildings of framed construction are not acceptable. 2. Exterior walls shall be minimum of 18-gauge thickness, but rated to withstand the loading requirements of the jobsite. 3. Interior walls shall be minimum 18-gauge thickness, but rated to withstand the loading requirements of the jobsite. 4. Exterior roof shall be minimum of 18-guage thickness, but rated to withstand the loading requirements of the jobsite. The roof shall be sloped at 1/4-inch per linear foot, and shall be sloped away from the personnel doors. 5. Interior ceiling shall be minimum of 18-guage thickness, but rated to withstand the loading requirements of the jobsite. 6. The entire assembly shall be designed and constructed to minimize the loss of conditioned or pressurized air and to prevent entry of rain, sleet, snow, moisture, dirt or vermin. 7. All wall seams and areas where metal to metal contact is made shall be sealed with butyl rubber caulking. 8. All roof seams shall be sealed with ethylene propylene copolymer tape to insure water resistance. F. For building which must be shipped in multiple shipping sections, miscellaneous NEMA 1 junction boxes will be provided at the shipping splits for easy breakdown of the building wiring for shipment and reconnection at the jobsite. Prior to shipment the open end/sides of each shipping section will be crated (weatherproofed) for transit to the jobsite. The crating must be performed by a company recognized and experienced in the trade. G. Where wall bulkhead penetrations are required, the cutouts shall be completely framed with 1/4” aluminum coverplates with neoprene gasket. All the penetrations shall be made in the walls prior to bending with the appropriate machinery. No manual cutting of wall penetrations via jigsaw, plasma torch, etc., shall be permitted. H. All fastening hardware shall be stainless steel. Welding of galvanized steel and rivets shall not be an acceptable method of exterior fastening. I. The building shall be provided with a minimum of two (2) entrance doors. The doors shall be double wall construction, with brushed aluminum panic with cylinder lock and thumblatch, brushed aluminum automatic closure with built-in hold open device, prime coat hinges, threshold built into the door frame, neoprene gasket, drip shields/water flashing, “DANGER, HIGH VOLTAGE, KEEP OUT” sign, and a 12-inch removable transom Packaged Electrical Control Room (ECR) 26 69 20-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 above the equipment door only. The personnel door shall be 36-inch x 84-inch. The equipment door shall be 48-inch x 84-inch. 1. When specified, the supplier shall provide landings and stairs for the building. The stairs shall be built in compliance with the UBC code, and shall be hot-dipped galvanized after fabrication. J. For equipment requiring rear access, the supplier shall provide 14-guage galvanized steel, gasketed and hinged equipment rear access doors, with 3-point latching system with galvanized padlockable handles, “DANGER HIGH VOLTAGE” sign, and drip shields/water flashing. K. The walls roof and floor shall be fully insulated, with a minimum of R-11 insulation. The walls and roof shall be provided with fiberglass batt type insulation. The floor shall be provided with polyurethane spray foam insulation. L. The building shall be provided with an HVAC system, sized and provided by the supplier, considering the ambient site conditions, the dimensions of the building, the solar heat generated within the building, and the heat generated by the equipment within the building. The system shall be designed such that the sensible cooling capacity, NOT the total cooling capacity, will remain an ambient temperature within the building of between 55°F winter and 80°F summer at design conditions. The system shall be provided with an electronic, automatic changeover thermostat. When the building is specified to be located in a classified environment, the supplier shall provide a HVAC/Pressurization system in strict compliance with NFPA 496 requirements. In the event of a classified installation, the supplier shall also provide all exterior electrical apparatuses and proper seals which are rated for use in the environment in which the building shall be installed. M. The supplier shall furnish all electrical distribution equipment necessary for the proper operation of building services within and without the building. The operating voltage of all distribution equipment shall be 120/240, single phase. The primary side of any distribution transformers shall be 480V, single phase. N. The building shall be provided with twin tube, rapid start, fluorescent lighting fixtures, controlled via three-way wall switches to be located at each entry door. O. The building shall be provided with (2) 125V, 20A interior duplex receptacles and one exterior duplex receptacle. P. The building shall be provided with 70-watt high pressure sodium exterior lights at each entry door, controlled via separate light switch located on exterior of building. Q. All wiring shall be type THWN, #12 AWG minimum for power circuits, minimum #14 AWG for control circuits. For all control interconnection wiring, both ends of the wire shall be provided with polyolefin sleeve type wire markers. R. EMT conduit shall be utilized for interior applications. Aluminum conduit shall be utilized for outdoor applications. S. Any cabletray necessary shall be aluminum, 6-inch high with 9-inch rung spacing. All fittings shall have a minimum of 12-inch radius. Buildings having cabletray systems shall be provided with structural steel channel supports embedded in the ceiling. The use of unistrut fastened directly to the ceiling for cabletray support shall not be permitted. The support from the channel supports shall be via all-thread and unistrut hangers. Packaged Electrical Control Room (ECR) 26 69 20-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 T. 1/4-inch x 2-inch copper ground bar running the length of the building shall be provided, mounted approximately 6-inch above floor and connected to each end of the equipment ground bar. A #4/0 green insulated copper ground cable shall be provided from the ground bar to the exterior ground pads. A green insulated copper ground wire/cable will be provided from the ground bar to all auxiliary electrical equipment per NEC Table 250-95. U. All surfaces of the steel roof covering, wall covering, exterior trim and base shall be prepared, primed and painted in accordance with controlled Quality Control Procedure. Exterior color coating shall be beige or tan. Submit color palette for color selection by owner. The skid shall be sandblasted to remove rust and scale prior to painting. Interior wall and ceilings shall be gloss white. Floor surfaces shall be non skid, scuff resistant ANSI 61 light gray. The paint system shall meet the following performance standards after five (5) years continuous exposure in normal atmospheric conditions: 1. Panels shall show no evidence of blistering, peeling, or chipping. 2. Panels shall not show surface chalking in excess of the No. 8 rating D659-44 as established by the American Society of Testing Materials (ASTM). 3. Panels, after cleaning, shall not show color change in excess of seven (7) units when measured in accordance with the ASTM-D-2244-64T standard. 4. The underside of the structural base and all under floor areas shall be coated with a minimum of 8 mils coverage undercoating which meets ASTM E84 Flame Spread Test. 5. A packaged kit of refinishing material, with complete instructions, shall be furnished for field touch-up. This includes paint, mastic, caulk, tape, etc. in sufficient quantities to last for two years. 6. All unpainted parts and hardware shall be stainless steel or galvanized. 2.02 GROUNDING A. Grounding Connections: 1. The building shall be furnished complete with suitable factory installed grounding connections which shall bond all electrical equipment enclosures to the building frame. Grounding system shall provide grounding and bonding of all interior electrical equipment and the building frame. The grounding system shall be connected to each end of the switchgear ground bus. Four (4) 4-hole ground pads shall be located at the corners of the building. PART 3 EXECUTION Packaged Electrical Control Room (ECR) 26 69 20-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 3.01 TESTING AND INSPECTION A. The following testing and inspection shall be performed on the building: 1. Continuity checks of all wiring installed by the supplier. 2. Operational check of all supplier furnished and installed electrical apparatuses. 3. Motor Control Center shipping sections’ bus shall be re-spliced, torqued and meggered. 4. A certified test report shall be provided by the supplier’s Quality Assurance Manager. 5. Secondary control power shall be provided for customer use via transformer and panel as indicated on drawings. Available control power voltages shall be 120/240 Volt, 1 phase. 3.02 FACTORY INSPECTION A. The ECR enclosure and all internal equipment shall be factory inspected by the Owner or Owner’s representative after final assembly with all equipment installed and all interconnecting wiring completed and tested. B. The ECR manufacturer shall include in his costs associated with Engineer’s factory inspection of the ECR before shipping to jobsite. Travel costs shall include all transportation, lodging and meals for two (2) individuals. C. Provide written notification to Engineer a minimum of ten (10) working days prior to availability of ECR for inspection. Provide detailed itinerary for each party. Owner shall forward names of individuals to contractor. 3.03 INSTALLATION A. Install the ECR enclosure as a complete assembly with all equipment factory installed and pre-wired. B. Install on foundations. Level and align structure. Secure to foundation in accordance with design drawings and manufacturers details. C. Make external power, control and grounding connections as required. D. The Contractor shall obtain, at his own expense, a Texas Department of Insurance Certificate of Compliance WPI-8 and shall furnish same to City of Corpus Christi. The certificate shall be signed by a professional engineer licensed in the state of Texas and certified by the Texas Department of Insurance to perform windstorm inspections. PART 4 SUBMITTALS 4.01 THE SUPPLIER SHALL PROVIDE THE FOLLOWING SUBMITTALS: A. Any quality plans, forms, or procedures deemed necessary by the customer. Packaged Electrical Control Room (ECR) 26 69 20-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Structural drawings including: 1. General notes. 2. Building plan view. 3. Building base skid detail. 4. Building elevations. 5. Stairs and landings details (if applicable). 6. Certified structural calculations (if applicable). C. Electrical drawings including: 1. Electrical notes. 2. Building electrical plan, showing conduit, wireway, and any other means of wiring transit. Drawings shall also contain conduit fill. 3. Building services wiring diagrams. 4. Grounding system plan. 5. Interconnection wiring diagrams. END OF SECTION Division 31-T Soils for Earthwork 31 05 13-T - 1 E10179 – Whitecap WWTP UV Improvements Project 31 05 13-T SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 “Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)” or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10 -7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are free of organic materials. F. [(Class 6 through Class 11 Reserved)] G. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. END OF SECTION Aggregates for Earthwork 31 05 16-T - 1 E10179 - Whitecap WWTP UV Improvements Project 31 05 16-T AGGREGATES FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Aggregate Fill. All of the classes of Aggregate Fill contained in this specification may not be used on this project. The classes of Aggregate Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include installation. Installation of Aggregate Fill is included in other sections of the specifications and/or on the drawings. 1.02 QUALITY ASSURANCE A. Classification Testing: 1. Contractor Testing: a. Arrange and pay for the services of an independent testing laboratory to sample and test proposed Aggregate Fill materials. b. Submit the test results to the Engineer, and obtain approval prior to providing Aggregate Fill. 2. Owner Testing: The Owner shall arrange and pay for additional testing on the Aggregate Fill after delivery to the project site as determined necessary by the Engineer. B. Contamination Certification: 1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill source stating that to the best of the Supplier’s knowledge and belief there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill to the site. The lack of such certification on a potential Aggregate Fill source shall be cause for rejection of that source. 1.03 STANDARDS A. Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing procedures as specified for the various classes. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium sulfate ASTM C125 Terminology Relating to Concrete and Concrete Aggregates ASTM C131 Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Test Method for Resistance to Degradation of Large -Siz e Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D448 Classification for Sizes of Aggregate for Road and Bridge Construction Aggregates for Earthwork 31 05 16-T - 2 E10179 - Whitecap WWTP UV Improvements Project 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 57: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 95-100 1/2” 25-60 No. 4 0-10 No. 8 0-5 B. Class 2 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 67: Sieve Size Square Opening Percent Passing 1” 100 3/4” 90-100 3/8” 20-55 No. 4 0-10 No. 8 0-5 C. Class 3 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 7: Sieve Size Square Opening Percent Passing 3/4” 100 Aggregates for Earthwork 31 05 16-T - 3 E10179 - Whitecap WWTP UV Improvements Project 1/2” 90-100 3/8” 40-70 No. 4 0-15 No. 8 0-5 D. Class 4 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 467: Sieve Size Square Opening Percent Passing 2” 100 1-1/2” 95-100 3/4” 35-70 3/8” 10-30 No. 4 0-5 E. Class 5 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 357: Sieve Size Square Opening Percent Passing 2-1/2” 100 2” 95-100 1” 35-70 1/2” 10-30 No. 4 0-5 F. Class 6 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 1: Aggregates for Earthwork 31 05 16-T - 4 E10179 - Whitecap WWTP UV Improvements Project Sieve Size Square Opening Percent Passing 4” 100 3-1/2” 90-100 2-1/2” 25-60 1-1/2” 0-15 3/4” 0-5 G. Class 7 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 6: Sieve Size Square Opening Percent Passing 1” 100 3/4” 90-100 1/2” 20-55 3/8” 0-15 No. 4 0-5 H. Class 8 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 56: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 90-100 3/4” 40-85 1/2” 10-40 3/8” 0-15 No. 4 0-5 I. Class 9 Aggregate Fill: Aggregates for Earthwork 31 05 16-T - 5 E10179 - Whitecap WWTP UV Improvements Project 1. Consist of washed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements of ASTM C33, except that the gradation shall be as follows: Sieve Size Square Opening Percent Passing 1/2” 100 3/8” 95-100 No. 4 80-95 No. 8 65-85 No. 16 50-75 No. 30 25-60 No. 50 10-30 No. 100 0-10 2. Class 9 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. J. Class 10 Aggregate Fill: 1. Consist of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of ASTM C33. The gradation as included in ASTM C33 is as follows: Sieve Size Square Opening Percent Passing 3/8” 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 0-10 2. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. K. Class 11 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation: Aggregates for Earthwork 31 05 16-T - 6 E10179 - Whitecap WWTP UV Improvements Project Sieve Size Square Opening Percent Passing 1-3/4” 100 7/8” 65-90 3/8” 50-70 No. 4 35-55 No. 40 15-30 No. 100 0-12 (Wet Sieve Method) L. Class 12 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 85-100 3/4” 60-95 3/8” 50-80 No. 4 40-65 No. 16 20-40 No. 100 0-12 (Wet Sieve Method) M. Class 13 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and shall meet the following gradation: Sieve Size Square Opening Percent Passing 1-3/4” 100 7/8” 65-90 3/8” 50-70 No. 4 35-55 No. 40 15-30 No. 100 0-3 (Wet Sieve Method) Aggregates for Earthwork 31 05 16-T - 7 E10179 - Whitecap WWTP UV Improvements Project N. Class 14 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 85-100 3/4” 60-95 3/8” 50-80 No. 4 40-65 No. 16 20-40 No. 100 0-3 (Wet Sieve Method) O. Class 15 Aggregate Fill: Consist of durable particles of silica sand, washed clean, chemically inert, and packaged by the Supplier. The material shall meet applicable regulatory requirements for monitor well filter pack. The source of the material shall be approved by the Engineer and shall meet the following gradation requirements: Sieve Size Square Opening Percent Passing No. 20 98-100 No. 40 0-2 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Structural Excavation and Backfill 31 23 10-T - 1 E10179 – Whitecap WWTP UV Improvements Project 31 23 10-T STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to complete structural excavation, filling, backfilling, and compacting; to provide protection to equipment and cuts; to include backfill material; the construction or installation of cofferdams, and other similar facilities which may be necessary to perform excavations and/or backfilling; to include the necessary pumping, bailing, or associated drainage; to remove and dispose of surplus materials, cofferdams, and debris; and to provide final grading, as required. B. The work does not include excavation, filling, and backfilling for utility lines, manholes, vaults, valve boxes, and related structures. Work shall be performed in accordance with Section 022020 EXCAVATION AND BACKFILL FOR UTILITIES. 1.02 QUALITY ASSURANCE; DEFINITIONS A. Cofferdams: Cofferdam designates any temporary or removable structure constructed to hold the surrounding earth and/or water out of the excavation, whether the structure is formed of soil, timber, steel, concrete, or a combination thereof. It shall be understood also to include the use of pumping wells or well points. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Structural calculations for cofferdams. Submit calculations for approval by the Engineer prior to the start of the cofferdam construction. The calculations shall be sealed by a registered professional engineer in accordance with the laws of the state where the project is constructed. The calculations shall be site specific. 2. Submit qualifications of independent testing laboratory for approval. 3. Backfill material classifications. Provide certification by an approved independent testing laboratory. 4. Compaction test results. Provide compaction test results within 24 hours. 1.04 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this specification as if written herein in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM D698 Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft 3 (600 kN-m/m 3)) ASTM D1556 Test Method for Density and Unit Weight of Soil in Place by the Sand - Cone Method Structural Excavation and Backfill 31 23 10-T - 2 E10179 – Whitecap WWTP UV Improvements Project ASTM D6938 Standard Test Methods for In -Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) ASTM D4253 Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4254 Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. References herein or on the drawings to soil classifications shall be understood to be according to ASTM D2487, “Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)” unless indicated otherwise. 1.05 DELIVERY AND STORAGE A. Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations. 1.06 JOB CONDITIONS A. Review subsurface investigations. A subsurface investigation has been performed by Rock Engineering and Testing. A geotechnical report from that investigation is included in the bid documents. However, the precise profile of soil and rock strata beneath this site is not known. B. Review the site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. 2.00 PRODUCTS 2.01 MATERIALS A. Structural Earth Backfill: Structural backfill shall be Class 4 Earth Fill as specified in Section 31 05 13-T SOILS FOR EARTHWORK. B. Structural Aggregate Backfill: Structural aggregate backfill shall be Class 1 Aggregate Fill as specified in Section 31 05 16-T AGGREGATES FOR EARTHWORK. C. Lean Concrete Backfill: Lean concrete shall be in accordance with Section 03 30 00-T CAST IN PLACE CONCRETE. D. Topsoil: Topsoil shall be Class 12 Earth Fill as specified in Section 331 05 13-T SOILS FOR EARTHWORK. E. Compacted Select Fill: Fill shall be Class 5 Earth Fill as specified in Section 31 05 13-T SOILS FOR EARTHWORK. F. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and manufactured or natural sand; ASTM D448, Size 10, with 100 percent passing a 3/8-inch sieve, 10 to 30 percent passing a No. 100 sieve, and 5 to 15 percent passing No. 200 sieve; maximum plasticity index of 7; complying with deleterious substance limits of ASTM C33 for fine aggregates. Structural Excavation and Backfill 31 23 10-T - 3 E10179 – Whitecap WWTP UV Improvements Project 2.02 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements and shall be utilized as specified herein. 1. Pneumatic Rollers: Pneumatic rollers shall have a minimum of four wheels equipped with pneumatic tires. The tires shall be such size and ply as can be maintained at tire pressures between 80 and 100 pounds per square inch for a 25,000-pound wheel load during roller operations. The roller wheels shall be located abreast and be designed so that each wheel will carry approximately equal load in transversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires will not be greater than 50 percent of the tire width of a single tire at the operating pressure of a 25,000-pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed 10 miles per hour. The character and efficiency of this equipment shall be subject to the approval of the Engineer. 2. Vibratory Rollers: Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90 percent of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5 and 5-1/2 feet and the width between 6 and 9 feet. The unsprung weight of the drum, shaft, and internal mechanism shall not be less than 12,000 pounds. The frequency of vibration during operation shall be between 1100 and 1500 i.e., and dynamic force shall not be less than 40,000 pounds at 1400 i.e. No backing of the vibratory roller will be allowed on the embankment unless the vibrating mechanism is capable of being reversed. Self-propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1-1/2 miles per hour, respectively. 3. Power Hand Tampers and Vibratory Plate Hand Compactors: Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power hand tampers, vibratory plate hand compactors, or other approved equipment. Approval shall be based upon performance in a test section. 3.00 EXECUTION 3.01 PREPARATION A. Clear and grub the area to be excavated prior to the start of excavation in accordance with Section 021020 SITE CLEARING AND STRIPPING. 3.02 EXCAVATION A. When footing concrete or masonry is to rest upon rock, remove the rock to a depth sufficient to expose sound rock. Level off or cut the rock to approximate grades, and roughen the area. When footing concrete or masonry is to rest on an excavated surface other than rock, take care not to disturb the bottom of the excavation, and do not make final removal of the foundation material to grade until just before the concrete or masonry is placed. Foundation material shall be protected, after exposure, with a concrete seal slab. Structural Excavation and Backfill 31 23 10-T - 4 E10179 – Whitecap WWTP UV Improvements Project B. For footings where the soil encountered at established footing grade is an unstable material, use the following procedure unless other methods are specified: Remove unstable soil. Carry the excavation at least 1 foot beyond the horizontal limits of the structure on all sides. Replace the unstable soil with compacted select fill. Place in uniform layers at a suitable depth for compaction. Wet each layer if necessary and compact by rolling or tamping to provide a stable foundation for the structure. C. When unfeasible to construct a stable footing as outlined above, construct footing by the use of special materials, such as flexible base, cement stabilized base, cement stabilized backfill, or other material, as directed by the Engineer. D. Perform excavation to permit surfaces to be brought to final line and grade within plus or minus 0.1 foot. Restore over-break at the Contractor’s expense. In general, perform excavation in open-cut from the surface of the ground and at the line and grade indicated. E. The sides of the excavation, from the bottom of the excavation to the top of the ground shall be supported in accordance with OSHA requirements. Maintain the supports throughout construction. Remove supports after the completion of the work. 3.03 COFFERDAMS A. The interior dimensions of the cofferdams shall provide sufficient clearance for the construction, inspection (inside and outside), and the removal of any forms and to permit pumping outside of the forms. In general, extend sheet pile cofferdams well below the bottom of the footings and brace well. Cofferdams shall be as watertight as practicable. B. When a concrete seal is required by the plans, base the design on the normal water elevations as indicated. If the foundation concrete can be placed in the dry under construction conditions, the seal will shall not be required. If an additional seal is necessary for the conditions existing at the time of construction, increase the seal thickness as necessary. If the conditions existing at the time of construction require a seal for placing the foundation concrete in the dry, and none is provided in the plans, place an adequate seal. C. When the Engineer judges it to be impractical to de-water a cofferdam before placing a concrete seal around piling driven therein, extend the excavation below the footing grade, deep enough to allow for swell of material during pile driving operations. After driving the piling, remove the foundation material that has risen to a level more than 1 foot above the footing grade. It is the intention of this provision to establish a construction tolerance to be applied when a foundation is being constructed under water. Where possible to de-water the cofferdam without placing a seal, remove the foundation material to exact footing grades after piling are driven. Backfilling in a foundation to compensate for excavation which has been extended below grade shall not be permitted. Fill areas which are below grade with concrete at the time the seals or footings are placed. D. Unless otherwise indicated, remove cofferdams after the completion of the substructure without disturbing or marring the structure. 3.04 DEWATERING OF SITE A. Pumping or bailing from the interior of any foundation enclosure shall be done in a manner which precludes the possibility of movement of water through or alongside any concrete being placed. No pumping or bailing shall be permitted during the placing of structural Structural Excavation and Backfill 31 23 10-T - 5 E10179 – Whitecap WWTP UV Improvements Project concrete, or for a period of at least 24 hours thereafter, unless from a suitable sump separated from the concrete work by a water-tight wall. Pumping or bailing during placement of seal concrete shall be only to the extent necessary to maintain a static head of water within a cofferdam. Do not start pumping or bailing to de-water a sealed cofferdam until the seal has aged at least 36 hours. 3.05 PLACEMENT OF MATERIAL A. General: 1. Backfill excavated spaces and areas not occupied by the permanent structure, except that no backfill shall be placed against any structure until the concrete has reached its 28-day compressive strength or 7 days whichever is longer. Do not place backfill adjacent to support walls until the top slab has been in place at least 4 days. 2. Take care to prevent wedging action when placing backfill around structures. If backfill is to be placed on two or more sides of the structure or facility, simultaneously place the backfill on all sides to avoid uneven loading on the structure. 3. Do not permit rollers to operate within 3 feet of structures. 4. Maximum placement lifts measured in the loose condition are as follows: a. 8 inches when heavy compaction equipment is used. b. 4 inches when hand-directed compaction equipment is used. B. Moisture Control: 1. General: The materials in each layer of the fill shall uniformly contain the amount of moisture within the limits specified below necessary to obtain the maximum dry density for the soil. Compact Class 1 and Class 2 Earth Fill with a moisture content of at or within 5 percentage points wet of optimum moisture content. Compact Class 3, Class 4, and Class 5 Earth Fill with a moisture content within 2 percentage points dry to 5 percentage points wet of optimum moisture content. The moisture content ranges specified above for the various classes of earth fill represent maximum upper and lower limits of the particular range. Determination of the maximum dry density-optimum moisture shall be by one or more of the following ASTM procedures D 1556 or D 6938. Completely cohesionless materials which are to be compacted to a specified relative density shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. 2. Moisture Control During Placement: After spreading the soil, adjust the moisture content of the soil if necessary by either aeration or the addition of water to bring the moisture content within the range specified. Uniformly distribute the moisture content throughout the layer of soil to be compacted. In order to accomplish this distribution, thoroughly mix the layer of soil by disking, harrowing, or by the use of a power-driven pulverizer. Should the surface of a previously compacted layer become dry due to exposure to the elements, appropriately wet surface of the compacted layer prior to placing the succeeding layer of soil, and properly disk or harrow the surface. Should a layer of soil be over wet, allow the layer to dry to a proper moisture content prior to compacting. Should the surface of a layer become smooth and hard, roughen the surface by scarifying, and wet the surface if necessary prior to placing the next layer of Structural Excavation and Backfill 31 23 10-T - 6 E10179 – Whitecap WWTP UV Improvements Project soil. Reprocess any layer which becomes damaged by weather conditions to meet the specification requirements. There shall be no additional payment made for such reprocessing. C. Compaction: 1. Compaction shall be by power hand equipment or rubber tired equipment, provided the rubber tired equipment does no damage. Compaction by power hand equipment or rubber tired equipment shall be completed such that there will be a 24-inch overlap by roller compaction. 2. Compact the Class 1 and Class 2 Earth Fill zones by a minimum of eight passes with a tamping roller. Compact the Class 3, Class 4, and Class 5 Earth Fill zones by a minimum of eight passes with a tamping roller or by a minimum of four passes with a tamping roller, followed by a minimum of four passes with a pneumatic roller. A vibratory roller shall be required if the material is sandy and if requested by the Engineer. A pass shall consist of one trip over the area being compacted. The front and rear axle rollers on self-propelled models shall only be considered as one pass per trip. The initial and final area to be rolled shall each have eight passes. Stagger passes between the initial and final area in order to establish overlapping with at least eight passes at all locations. Approve the exact method based upon the test section. Dumping, spreading, sprinkling, and compacting may be performed at the same time at different points along a section where there is sufficient area to permit these operations to proceed simultaneously. 3. Areas of the fill being compacted with power hand tampers or vibratory plate hand compactors shall receive a minimum of eight passes of the equipment with an overlap of 50 percent of the equipment base plate width. 4. The in-place density of Class 1 through Class 5 Earth Fill shall not be less than 95 percent of maximum dry density as determined by ASTM D698, Standard Proctor, except compact the top 12 inches of fill underneath roadways and parking areas to not less than 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. In areas cut underneath roadways and parking areas scarify and re-compact the top 8 inches of the subgrade within the specified moisture content, to not less than 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. 5. Compact cohesionless materials on which are not practical to control the density by proctor methods to a minimum of 75 percent relative density as determined by ASTM D4253 and ASTM D4254. At the discretion of the Engineer, an alternate method of determining relative density may be used which has been correlated with methods ASTM D4253 and ASTM D4254. 6. If necessary, to achieve the specified density, increase the number of passes of the compaction equipment, and/or modify the weight of the compaction equipment. 7. Regardless of the density achieved, the number of passes of the compaction equipment shall not be less than eight. 3.06 FIELD QUALITY CONTROL A. The Owner is responsible for the costs involved in providing an approved testing laboratory to perform quality control testing of backfill operations. The testing laboratory shall make tests of in-place density in accordance with ASTM Standards. The testing laboratory shall Structural Excavation and Backfill 31 23 10-T - 7 E10179 – Whitecap WWTP UV Improvements Project monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to notify the testing laboratory before backfill operations begin. 1. Unless noted otherwise, in-place density tests shall be conducted at a rate of one test per 1500 square feet for every lift. END OF SECTION Trench Safety 31 23 33.14-T - 1 E10179 – Whitecap WWTP UV Improvements Project 31 23 33.14-T TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing “a safe place to work” for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. 1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable Federal, State, and local rules, regulations, and ordinances. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Division 32-T Sawing 32 01 26-T - 1 E10179 – Whitecap WWTP UV Improvements Project 32 01 26-T SAWING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to saw bituminous or concrete pavements, curbs, gutters, sidewalks, driveways, or weakened plane joints (contraction joints). 1.02 JOB CONDITIONS A. Furnish necessary equipment to perform this work, including a power-driven saw designed especially for sawing concrete. The saw and control devices shall be mounted on a sturdy frame and supported on rubber-tired wheels. The saw shall be suitable to perform the work and shall be maintained in good operating condition. B. Saw blades shall make a clean, smooth cut, producing a groove 1/8" to 1/4" wide to the full depth required by these specifications. 2.00 PRODUCTS [NOT USED] 3.00 EXECUTION 3.01 INSTALLATION A. Pavement, Curb, Gutter, Sidewalk, and/or Driveways 1. Make saw cuts to a minimum depth of 1-1/2". If a saw cut occurs within 3' feet (18" for sidewalks) of a construction joint, cold joint, expansion joint, or edge, extract the removable material to the joint or edge. Re-cut the edges of the pavement and appurtenances damaged after the initial sawing to neat, straight lines and remove the damaged areas. Such saw cuts shall be either parallel to the original saw cut or at an angle which departs from the original saw cut no more than 1" in each 6". Remove pavement to neatly sawed edges. 2. Saw concrete sidewalk or driveway to be removed in straight lines, either parallel to the curb or at right angles to the alignment of the sidewalk. No section to be replaced shall be smaller than 30" in either length or width, unless approved by the Owner or Owner's representative. Saw curb and gutter on a neat line and at right angles to the curb face. B. Weakened Plane Joints (Contraction Joints): 1. Saw cut weakened plane joints where specified, or as directed by the Owner or Owner's representative. Cut the groove to a minimum depth of 1-1/2". Restore any portion of the membrane curing compound which has been disturbed by sawing operations by spraying the areas with additional membrane curing compound. END OF SECTION Division 33-T Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09-T - 1 E10179 – Whitecap WWTP UV Improvements Project 33 05 01.09-T POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install polyvinyl chloride (PVC) pressure pipe, appurtenances, and fittings to the diameters indicated for water supply and wastewater pressure piping. Trenching, backfilling, and pipe embedment shall be in accordance with Section 022020 EXCAVATION AND BACKFILL FOR UTILITIES. 1.02 QUALITY ASSURANCE A. Certification: Domestic water piping shall be approved by the Underwriters Laboratory and shall be accepted by the State Fire Insurance Commission for use in water distribution systems. PVC water pipe shall bear the seal of approval (or “NSF” mark) of the National Sanitation Foundation Testing Laboratory for potable water pipe. B. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a maximum deflection of 4 percent. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Certified Test Reports from the Manufacturer’s testing facility or an approved testing laboratory. 2. Manufacturer’s data on piping and jointing methods as Record Data. 3. Thrust restraint lengths and lay schedule as Shop Drawing. 1.04 REFERENCE SPECIFICATIONS A. Section 01 33 01 SUBMITTAL REGISTER B. Section 01 40 00 QUALITY MANAGEMENT C. Section 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. PVC piping and fittings shall be in full compliance with the applicable standards and specifications for each type of plastic pipe involved. Pipe may be rejected for failure to comply with any requirement of this Section. 1. American Society for Testing and Materials (ASTM) Standards: ASTM D1785 Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2464 Standard Specification for Threaded Poly (V inyl Chloride ) (PVC) Plastic Pipe Fittings, Schedule 80 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09-T - 2 E10179 – Whitecap WWTP UV Improvements Project ASTM D2466 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings Schedule 40 ASTM D2467 Standard Specification for Poly (V inyl Chloride ) (PVC) Plastic Pipe Fittings, Schedule 80 ASTM D2855 Standard Practice for Making Solvent -Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals ASTM F1674 Standard Test Method for Joint Restraint Products for Use with PVC Pipe 2. American Water Works Association (AWWA) Standards: AWWA C104 Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water AWWA C105 Polyethylene Encasement for Ductile-Iron Pipe Systems AWWA C110 Ductile-Iron and Gray-Iron Fittings AWWA C153 Ductile-Iron Compact Fittings AWWA C605 Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water AWWA C900 Poly Vinyl Chloride (PVC) Pres sure Pipe and Fabricated Fittings , 4 through 12 Inches for Water Transmission and Distribution AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 through 48 Inches for Water Transmission and Distribution 1.06 DELIVERY AND STORAGE A. Store PVC material so that there is no exposure to sunlight. 2.00 PRODUCTS 2.01 MATERIALS A. Schedule 40 or 80 PVC Pipe: ASTM D1785, Type 1, Grade 1, rigid, unplasticized PVC, normal impact, bearing NSF seal. Fitting shall be in accordance with ASTM D2464, D 2465, or D 2467, or AWWA C110 or C153. Schedule 40 pipe shall not be threaded. B. C 900 Pipe: Pipe shall meet the requirements of AWWA C900 with outside diameter equivalent to cast iron pipe, in accordance with AWWA C900, Table 2. Fittings shall be in accordance with AWWA C110 or C153. C. SDR 26 Pipe: Pipe and fittings shall be in accordance with ASTM D2241. 3.00 EXECUTION 3.01 INSTALLATION A. Install pipe, fittings, and specials to the lines and grades indicated. Install hangers, brackets, supports, etc., at spacings as recommended by pipe manufacturer. Flexible connections shall be required at locations where pipe passes through concrete walls. Begin installation at the main supply line valve and make connections where indicated. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09-T - 3 E10179 – Whitecap WWTP UV Improvements Project B. Excavate trenches to alignment and depth specified or as required for proper installation of pipe. Carefully lower pipe, fittings, and specials into the trench to avoid damage to the pipe and/or fittings. Take necessary precautions to protect pipe during backfilling operations. Replace any damaged pipe before it is buried. Keep the pipe clean during laying operations, and seal the pipe against the entrance of objects at the close of each operating day. C. Place thrust restraint fittings at bends, tees, crosses, valves, and plugs in the pipe line in accordance with approved Shop Drawing lay schedule ]. D. Buried ductile iron fittings shall be double wrapped in 8mm high density polyethylene encasement in accordance with AWWA C105, repair or replace encasements which have tears, rips or punctures in the polyethylene wrap. E. The minimum cover for 1- to 4-inch PVC piping shall be 36 inches. For 6-inch PVC piping and larger, the minimum cover shall be 48 inches. F. The following minimum horizontal clearances shall be maintained between crossing lines: Water line/new sanitary or reuse sewer line separation. When new sanitary sewers or reuse waterlines are installed, install lines no closer to potable waterlines than 9 feet in all directions. Wastewater lines that parallel potable waterlines must be installed in separate trenches. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: G. Where a sanitary sewer parallels a potable waterline, construct the sewer of PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. The vertical separation shall be a minimum of 2 feet between outside diameters and the horizontal separation shall be a minimum of 4 feet between outside diameters. The wastewater line shall be located below the waterline. H. Where a sanitary sewer line crosses a waterline, construct the sewer of PVC with a minimum pressure rating of 150 psi, an absolute minimum distance of 6 inches between outside diameters shall be maintained. In addition, the sewer shall be located below the waterline where possible and one length of the wastewater pipe shall be centered on the waterline. I. Where a sewer crosses over a waterline construct all portions of the sewer within 9 feet of the waterline of PVC pipe with a pressure rating of at least 150 psi using appropriate adapters. J. For threaded joints not more than three threads at each pipe connection shall remain exposed after installation. Ream ends of pipe after threading and before assembly, to remove burrs. Threaded joints shall be made up with a suitable joint compound. Apply joint compound to male threads only. K. Solvent weld joints shall be in accordance with ASTM D2855, and shall be made generally as follows: cut square and smooth the ends of the plastic pipe and wipe clean. Apply primer and solvent cement to the outside of the pipe and the inside of the fitting socket with a small brush. Immediately push the coated surfaces snugly together and rotate the pipe approximately one-half turn to insure uniform distribution of the cement. Remove the excess cement by wiping. Cement shall be of type which welds plastic surfaces together. Cement shall be as recommended by the Pipe Manufacturer and shall be compatible with the chemical conveyed. Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09-T - 4 E10179 – Whitecap WWTP UV Improvements Project L. Push-on joints shall be in accordance with the manufacturer’s instructions. M. Joint lubricant shall be as recommended by the pipe manufacturer. 3.02 FIELD CONTROL HYDROSTATIC TESTING A. Test PVC pressure piping for leakage by a hydrostatic pressure test in accordance with Section 01 40 00 QUALITY MANAGEMENT 3.03 PURGING OF WATER LINES A. Purge and test the constructed water lines. 1. During construction operations, maintain the installed surfaces of the system, which come in contact with the City’s water supply, in a sanitary condition. 2. Every effort must be made to keep the inside of the pipe, fittings, and valves free of loose foreign matter. 3. Should the Contractor’s carrier be required to transport potable water to the job site for main testing, sterilize tankage and piping, including pumps used to transport or transfer potable water into the main. B. When the entire pipeline or selected sections have been completed and are ready for use, disinfect the line or section according to the following procedures: 1. Accomplish purging by passing an appropriate sized “Polly-Pig(s)” through the pipe. a. Furnish “Polly-Pig(s)” and insert as indicated. b. Where expulsion of the “Polly-Pig” is required through a dead ended main, make a reasonable effort to prevent back flow of purged water into the main after passage of the pig. On a small pipe, such as cast iron pipe through 12 inches, backwater can be prevented from re-entry into the pipe by the temporary installation of a couple of mechanical joint shallow bends and pipe joints to provide a riser out of the trench. On larger pipe, additional excavation of the trench may be necessary to prevent backwater from re-entry into the pipe. c. After passage of the “Polly-Pig”, flushing of backwater from the pipe, achieving satisfactory test results, and at the direction of the Engineer, secure test location openings by plugging and blocking, installing cleaning wye blind flanges, etc., then backfill, and complete appurtenant work necessary to secure the system. 2. Shuttle “Polly-Pigs” through the main from point of insertion to the exit. Where the pipe in the main forms a loop distribution system, make every effort to sweep the complete system. 3. Flush piping sections which were not swabbed by the pig. 4. Flush back flow water from the system that has inadvertently entered the pipe. 3.04 SERVICE CONNECTIONS A. Make service connections in accordance with AWWA Manual M23 “PVC Pipe - Design and Installation” and the instructions from the Manufacturer. Use a service clamp or saddle to Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09-T - 5 E10179 – Whitecap WWTP UV Improvements Project connect 2-inch and smaller services to PVC pipe sizes 4 to 12 inches. Use a ductile iron tapped tee to connect 3-inch service connections. 3.05 FIELD QUALITY CONTROL A. Do not enclose or cover any Work until inspected. 3.06 SCHEDULES Service Diameter (in.) Type Min. Design Pressure Joint Type Buried Exposed Water, Wastewater, or Sludge 0-2 Sched.80 300 psi SW or THD 2-1/2, 3 Sched.80 300 psi PO SW or THD 4-12 C900 150 psi PO N/A Chemicals 0-6 Sched.80 250 psi SW SW SW - Solvent Weld, THD – Threaded, PO - Push-On END OF SECTION Sanitary Sewer Pipe (PVC) [Civil] 33 05 01.13-T - 1 E10179 – Whitecap WWTP UV Improvements Project 33 05 01.13-T SANITARY SEWER PIPE (PVC) [CIVIL] 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidental necessary to install 4- through 48-inch gravity flow PVC pipe. Trenching, backfilling, and pipe embedment shall be in accordance with Section 022020 EXCAVATION AND BACKFILL FOR UTILITIES. 1.02 QUALITY ASSURANCE A. Certification: The sewer pipe manufacturer shall provide certification that the pipe supplied conforms to these specifications and shall include laboratory tests results that support such certification. If the manufacturer is unable to provide the certification, an independent testing facility shall be utilized and retained at no cost to the Owner. The pipe supplied shall be permanently marked with the manufacturer’s name, the date of manufacture, and identification with the tests performed to warrant its certification as being in conformance with this standard. B. Testing: 1. At a minimum, actual test results shall be required as follows: a. Load bearing tests. b. Material tests. c. Hydrostatic tests. 2. Tests on PVC pipe 4 through 48 inches shall be made in accordance with appropriate ASTM standard testing procedures and shall be performed on a minimum of 1 percent of the pipe purchased. C. Inspection: An inspection of the pipe after delivery to the Project shall be made by a representative of the Owner. Pipe with visible defects which are indicative of poor structural condition or poor workmanship shall be rejected and replaced without cost to the Owner. Visible defects shall include cracks of any type, honeycombs, or any other defects of poor workmanship. Any pipe rejected shall not be returned under any condition to the Project. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Manufacturer’s data on all piping and joint methods. 1.04 REFERENCE SPECIFICATIONS A. Section 01 33 01 SUBMITTAL REGISTER B. Section 01 40 00 QUALITY MANAGEMENT C. Section 022020 EXCAVATION AND BACKFILL FOR UTILITIES Sanitary Sewer Pipe (PVC) [Civil] 33 05 01.13-T - 2 E10179 – Whitecap WWTP UV Improvements Project 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM) Standards: ASTM D3034 Standard Specification for Type PSM Poly(Viny l Chloride) (PVC) Sewer Pipe and Fittings ASTM D2241 Standard Specification for Poly (Vinyl Chloride) PVC Pressure Rated Pipe (SDR Series) ASTM D3212 “Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals” ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F679 & Annex Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings ASTM F794 Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Wall Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter ASTM F1803 Standard Specification for Poly(Vinyl Chloride) (PVC) Closed Profile Wall Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 2. American Water Works Association (AWWA) Standards: AWWA C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe, 4 through 12 Inches AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 through 48 Inches 2.00 PRODUCTS 2.01 MATERIALS A. Gravity Pipe: ASTM D3034 4- to 15-inch SDR 35 (26) or ASTM F679 18- to 48-inch PS46 (115) Polyvinyl chloride pipe with bell and spigot compression joints. Pipe shall have a home mark on the spigot to indicate proper penetration when the joint is made. B. Pressure Pipe: Pressure rated pipe as called for on the Drawings shall be ASTM D2241 SDR 26, PR 160 or AWWA C900 DR 25 PR165 (4 to 12 inches) or AWWA C905 DR25 PR165 (14 to 42 inches). C. Gaskets: Conform to ASTM F477. D. Joints: Tested in accordance with ASTM D3212. E. Services: Where pressure rated piping is called for on the Drawings, PVC service laterals shall be pressure rated. 3.00 EXECUTION 3.01 INSTALLATION Sanitary Sewer Pipe (PVC) [Civil] 33 05 01.13-T - 3 E10179 – Whitecap WWTP UV Improvements Project A. Install pipe to the lines and grades indicated. Begin installation at the downstream discharge connection point and make connections where indicated. B. Carefully lower sanitary sewage pipe into the trench to avoid damage to the pipe. Remove dirt and trash from the pipe while suspended. Keep pipe clean during laying operations, and seal the pipe against entrance of objects at the close of each operating day. C. Where a gravity flow PVC wastewater line is within 9 feet of, and parallels a waterline, construct the sewer of PVC meeting ASTM or AWWA specifications with a minimum pressure rating for both the pipe and joints of 150 psi. The vertical separation shall be a minimum of 2 feet between outside diameters and the horizontal separation shall be a minimum of 4 feet between outside diameters. The gravity flow line shall be located below the waterline. D. Where a gravity flow PVC wastewater line crosses a waterline, construct the wastewater line of PVC with a minimum pressure rating of 150 psi, and maintain an absolute minimum distance of 6 inches between outside diameters. In addition, the wastewater line shall be located below the waterline where possible and one length of the wastewater pipe must be centered on the waterline. E. Where a gravity flow PVC wastewater line crosses over a waterline, construct all portions of the wastewater line within 9 feet of the waterline of PVC pipe with a pressure rating of at least 150 psi with one joint of pipe centered on the waterline, using appropriate adapters. 3.02 FIELD QUALITY CONTROL A. Testing shall be as specified in Section 01 40 00 QUALITY MANAGEMENT. B. Do not enclose or cover any Work until inspected. END OF SECTION Miscellaneous Valves 33 12 16.13-T - 1 E10179 – Whitecap WWTP UV Improvements Project 33 12 16.13-T MISCELLANEOUS VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous valves. Valves and accessories specified in this Section are to be installed only in the absence of product specifications in other Sections and must be approved by the Engineer. Review other Sections for specific requirements. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.03 GUARANTEE AND WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this Section against defects in materials and workmanship and operational failure for a period of 1 year from the date of Owner acceptance. B. In the event of failure of any part or parts of the equipment during the first year of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish and deliver a replacement for the defective part or parts at the Manufacturer’s own expense. Manufacturer is also responsible for equipment freight. 2.00 PRODUCTS 2.01 PVC BALL VALVES A. PVC Ball Valves shall be furnished for chlorine vacuum and solution lines, alum tanks, polymer tanks, alum pumps, and polymer pumps and as otherwise indicated. B. Valves shall be true union, of Type 1 PVC, with PTFE seats, “O” rings and with socket end connections. C. Valves shall be: 1. Chemtrol TU Series Ball Valves, 2. GF Plastic Systems, Inc. Type 375, or 3. Approved equal. 2.02 CORPORATION STOPS A. Corporation stops shall be bronze with tapered plug and flat key operator. Miscellaneous Valves 33 12 16.13-T - 2 E10179 – Whitecap WWTP UV Improvements Project B. Unless otherwise indicated, stops shall have iron pipe thread on inlet and outlet, of the size indicated. C. Corporation stops shall be: 1. Mueller H-10046 or 2. Approved equal. 2.03 YARD HYDRANT A. Yard Hydrant shall be automatically draining, backflow protected with standard garden hose thread outlet and lever handle. B. Yard Hydrants shall be: 1. Woodford Model Y2, 2. Jay R. Smith Figure Number 5909, 3. Zurn Z1395, or 4. Approved equal. 2.04 PRESSURE AND VACUUM RELIEF VALVES A. Pressure and vacuum relief valves for installation on anhydrous ammonia storage tanks shall be Varec Series 482 or Groth Equipment Corporation Model 1200. Valves shall have cast steel body, 316 Stainless Steel trim and neoprene seat insert. 2.05 DRAIN (MUD) VALVES A. Mud valves shall be stainless steel with resilient seats as described herein. Valves shall be the non-rising stem type and be a heavy duty design. The body flange, yoke, guides and gate shall be cast stainless steel, type 316. After machining, all castings shall be passivated in accordance with ASTM A-380. Valves which include components welded from stainless steel are not acceptable. The stem shall have a permanently bonded coating to prevent galling with other stainless components. The coating shall be safe for potable water use and capable of enduring a minimum of 15,000 open-close cycles without galling or excessive wear. The manufacturer shall support cycle testing with a report from an independent test laboratory. Valves shall be furnished with handwheels. B. Drain valves shall be by: 1. Trumbull Industries, Inc. or 2. Approved equal. 2.06 FLAP VALVES A. Flap valves shall be circular flange framed, with machined back flange for attachment to a flanged wall thimble. Body and flap shall be cast iron, ASTM A126-B. Resilient seat shall be neoprene or Buna-N bonded in a groove machined in the body. Hinge arms shall be high- tensile bronze, ASTM B584-C865 with two pivot points, an adjustable lower pivot with limited rotation and a threaded upper hinge post to adjust flap valve sensitivity. A Miscellaneous Valves 33 12 16.13-T - 3 E10179 – Whitecap WWTP UV Improvements Project lubrication fitting shall be supplied for each pivot. Hinge pins shall be silicon bronze, ASTM B98-C655 or Type 304 Stainless Steel. B. Flap valve shall be designed to open when differential head across the flap is 0.3 foot or less. C. Flap valve shall be: 1. Rodney Hunt Series FV-AC or 2. Approved equal. 2.07 SOLENOID VALVES A. Solenoid valve shall be a two-position valve. Solenoid enclosure shall be water tight. The construction of the valve shall be brass with FPM seals. The valve shall be normally open, energize closed. Control voltage shall be coordinated with the control manufacturer. Valve shall be ASCO or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and install valves in a manner that prevents damage to any part of the valves. Install valves in accordance with the Manufacturer’s instructions. END OF SECTION Gate Valves 33 12 16.23-T - 1 E10179 – Whitecap WWTP UV Improvements Project 33 12 16.23-T GATE VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install gate valves and appurtenances, including valve boxes, operators, bolts, nuts and gaskets. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. American-Flow Control. 2. M&H. 3. Mueller. 4. Clow. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI B16.1 Cast Iron Pipe Flanges and Flanged Fittings 2. American Society for Testing and Materials (ASTM) Standards: ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings 3. American Water Works Association (AWWA) Standards: AWWA C111 Rubber-Gasket Joints AWWA C500 Gate Valves for Water and Sewage Systems AWWA C509 Resilient Seated Gate Valves for Water and Sewage Systems 2.00 PRODUCTS 2.01 GATE VALVES A. General: Gate Valves 33 12 16.23-T - 2 E10179 – Whitecap WWTP UV Improvements Project 1. Unless otherwise specified, gate valves greater than 24 inches in size shall be in strict accordance with AWWA C500. Gate valves shall be double disc, parallel seat internal wedging type with non-rising stem. Unless otherwise specified, gate valves 3 through 24 inches in size shall be in accordance with AWWA C509, Resilient Wedge. Valves 16 inches and larger shall be provided with gearing to reduce the maximum required opening and closing torque to 40 ft-lb. 2. Gate valves 2-1/2 inches and smaller shall be bronze, non-rising stem with wedge disc and screwed ends for 300-psi W.O.G. working pressure. Bronze gate valves shall be Crane No. 437, Mueller No. H 10914, or approved equal. 3. Gate valves 30 inches and larger shall be equipped with non-rising stem bypass valve and with spur-gears in enclosed oil or grease lubricated gear cases. Gear boxes shall be factory lubricated. Flanges shall conform to ANSI, Class 125 or 250. B. Gate: Gate for double disc valves shall be cast iron with bronze mounted wedges and seats. Gate for resilient seated valves shall be cast iron with rubber-seat compound bonded to the valve gate. C. Operators: Operators shall turn counterclockwise to open the valve. Exposed valves shall have handwheel operators unless otherwise designated. A directional arrow and the word “open” shall be cast on the handwheel. Valves for buried service shall have a 2-inch square nut operator and shall be installed with extension stems where required to extend operating nut to within 12 inches of the finished grade. Provide a cast iron valve box to enclose the operating stem. Valve box shall be three-piece extension type equal to Mueller No. 10380 or Clow F2450. D. Stem and Seal: The non-rising stem shall be bronze with inside screw. Shaft seal shall employ O-rings or V-type packing. E. Bell Ends: Where designated, valves shall be mechanical joint or rubber gasketed push on joints in accordance with the applicable requirements of AWWA C111. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and lower buried valves into position to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical and securely hold until connections have been made. Furnish bolts, nuts, and gaskets. The Contractor shall be responsible for adjusting the valve boxes to the proper length to conform with the ground surface. 3.02 BLOCKING UNDER GATE VALVE A. Gate valves 18 inches and larger which are buried shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back of hub to back of hub (or flange). Care shall be taken to not interfere with the jointing. Concrete shall be minimum 1500-psi compressive strength. 3.03 FIELD QUALITY CONTROL Gate Valves 33 12 16.23-T - 3 E10179 – Whitecap WWTP UV Improvements Project A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for general operation and leakage. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Inline Check Valves 33 12 16.37-T - 1 E10179 – Whitecap WWTP UV Improvements Project 33 12 16.37-T INLINE CHECK VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, power, materials, equipment, supplies, supervisions, tools and incidentals necessary to install inline check valve, all in accordance with the plans and specifications. B. Travel delivery, testing, and storage shall be covered under this part and be conducted in accordance with the manufacturer’s procedures and the plans and specifications. 1.02 QUALITY ASSURANCE A. Manufacturer 1. Acceptable manufacturers include the following: a. Red Valve Company: Series CM-SL slip-in CheckMate™ B. Supplier shall have at least ten (10) years experience in the design and manufacture of elastomeric check valves. C. Upon request, the manufacturer must provide documentation, including project name, location, and references for at least five (5) similar projects. D. Manufacturer shall have conducted independent hydraulic testing to determine headloss, jet velocity and vertical opening height characteristics on a minimum of three (3) sizes of valves ranging from 6” through 54”. The testing must have been conducted for free discharge (pressurized and open channel flow discharging to atmosphere) and submerged conditions. 1.03 SUBMITTALS A. Submit product literature that includes information on the performance and operation of the valve, materials of construction, dimensions and weights, elastomer characteristics, headloss, flow data, and pressure ratings. B. Provide shop drawings that clearly identify the valve materials of construction and dimensions. 1.04 WARRANTY A. Provide warranty under provisions of Section 01 40 00 QUALITY MANAGEMENT. B. Supplier shall furnish written warranty covering materials and workmanship for all good provided for the period of one year after installation or 18 months after shipment. Inline Check Valves 33 12 16.37-T - 2 E10179 – Whitecap WWTP UV Improvements Project 2.00 PRODUCTS 2.01 CHECK VALVES A. Check Valves are to be all rubber and the flow operated check type with slip-in cuff connection. The entire valve shall be ply reinforced throughout the body, saddle and bill, which is cured and vulcanized into a one-piece unibody construction. The valve shall be manufactured with no metal, mechanical hinges or fasteners, which would be used to secure any component of the valve to a valve housing. The port area of the saddle shall contour into a circumferential sealing area concentric with the pipe which shall allow passage of flow in one direction while preventing reverse flow. The entire valve shall fit within the pipe inside diameter. The saddle area of the valve must be flat, not conical, and integral with the rubber body above centerline in order to not produce any areas or voids that can collect or trap debris. The valve must be easily installed in pipes with poor end condition without the need to modify or utilize the headwall or structure to seal and anchor the valve. Once installed, the valve shall not protrude beyond the face of the structure or end of the pipe. B. The outside diameter of the upstream and downstream sections of the valve must be circumferentially in contact with the inside diameter of the pipe. C. Slip-in style valves will be furnished with a set of stainless steel expansion clamps. The clamps, which will secure the valve in place, shall be installed in the downstream and upstream cuff of the valve and shall expand outwards by means of a turnbuckle. Each band shall be pre-drilled allowing for the valve to be pinned and secured into position in accordance with the manufacturer’s installation instructions. D. Manufacturer must have flow test data from an accredited hydraulics laboratory to confirm pressure drop and hydraulic data. E. Company name, plant location, valve size, and serial number shall be bonded to the check valve. 2.02 FUNCTION A. When line pressure exceeds the backpressure, the line pressure forces the bill and saddle of the valve open, allowing flow to pass. When the backpressure exceeds the line pressure, or in the absence of any upstream or downstream pressure, the bill and saddle of the valve is forced closed, preventing backflow. 2.03 SYSTEM DESCRIPTION A. Maximum Backflow Head: 20 feet of water B. Maximum Opening Pressure: 1-inch of water 3.00 EXECUTION 3.01 INSTALLATION A. Valve shall be installed in accordance with manufacturers written Installation and Operation Manual and approved submittals. Inline Check Valves 33 12 16.37-T - 3 E10179 – Whitecap WWTP UV Improvements Project 3.02 MANUFACTURER’S CUSTOMER SERVICE A. Manufacturer’s authorized representative shall be available for customer service during installation and start-up, and to train personnel in the operation, maintenance and troubleshooting of the valve. B. If specified, the manufacturer shall also make customer service available directly from the factory in addition to authorized representatives for assistance during installation and start- up, and to train personnel in the operation, maintenance and troubleshooting of the valve. 3.03 SCHEDULE Valve No. Size Type RPS-CV-01 54” Effluent Check Valve END OF SECTION Division 40-T Fabricated Gates 40 05 50-T - 1 E10179 – Whitecap WWTP UV Improvements Project 40 05 50-T FABRICATED GATES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install slide gates or sluice gates as shown in the gate schedule with operators, gate stems, frames, gate guides, wall thimbles and other related appurtenances. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Whipps. 2. Fontaine (Rodney Hunt). 3. Golden Harvest. 4. Hydro Gate. B. Acceptable Multi-Turn Motor Operator Manufacturers: 1. EIM. 2. Rotork. 3. Limitorque. 4. Auma. C. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre-startup installation checks, startup assistance, training of Owner's operating personnel, and troubleshooting. D. The fully assembled gates shall be shop inspected, tested for operation and leakage, and adjusted before shipping. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section. There shall be no assembling or adjusting on the Site other than for the lifting mechanism 1.03 MANUFACTURER’S QUALITY CONTROL SYSTEM A. The gate manufacturer shall be ISO 9001 certified and compliant or have an approved Quality Assurance Policy. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. ISO 9001 Quality Assurance Policy. Fabricated Gates 40 05 50-T - 2 E10179 – Whitecap WWTP UV Improvements Project 1.05 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. American Water Works Association (AWWA) Standards: AWWA C513-05 Open Channel Fabricated Metal -Slide Gates and Open Channel Fabricated Metal-Weir Gates AWWA C561-04 Fabricated Stainless Steel Slide Gates 1.06 EXPERIENCE REQUIREMENTS A. The equipment Supplier shall have at least 10 years of experience in the design, application and supply of stainless steel fabricated gates in wastewater service. The equipment Supplier shall submit a list of not less than 10 operating installations in the United States with similar size gate as scheduled, as evidence of meeting the experience requirement. Installation list shall be submitted with the Shop Drawings. 1.07 GUARANTEE AND WARRANTY A. Manufacturer shall warrant that the complete system shall be free from defective material and workmanship for a period of 1 year from date of issue of Certificate of Substantial Completion. 2.00 PRODUCTS 2.01 MATERIALS A. Materials in fabricated gates and appurtenances shall conform to the requirements of the applicable specifications listed below for the alloy, grade, type, or class of material and the condition and finish appropriate to the structural and operational requirements: 1. Cast Iron: ASTM A48, Class 30, or ASTM A126, Class B. 2. Carbon Steel Bars: ASTM A108 or ASTM A575. 3. Structural Steel Shapes, Plates, and Bars: ASTM A36. 4. Stainless Steel: ASTM A167, ASTM A276 or ASTM A582, Type 302, 303, 304 or 304L. 5. Bronze Bar, Rods, Shapes: ASTM B21 or ASTM B98. 6. Cast Bronze: ASTM B584. 7. Rubber for Gaskets and Seals: ASTM D2000, Grade R-62. 8. UHMW Polyethylene: ASTM D4020. 2.02 GATE DEFINITIONS A. Sluice gates are defined as fabricated gates with top, bottom and side seals. Sluice gates are typically used at pipe ends in basins or influent and effluent boxes and fully submerged wall openings and/or orifices. Fabricated Gates 40 05 50-T - 3 E10179 – Whitecap WWTP UV Improvements Project B. Slide gates are defined as fabricated gates with bottom and side seals. Slide gates are typically used for open channel isolation and diversion. The top of slide gates are typically above the maximum water surface elevation. Slide gates are not suitable for submerged orifice applications. C. Weir gates are defined as fabricated gates with bottom and side seals. Weir gates are typically used as overflow downward opening adjustable weirs. The top of weir gates are typically submerged and set at the desired overflow elevation. Weir gates are mounted flush to the wall surface at the weir opening in the structural wall. 2.03 FABRICATED GATES A. General: 1. Gates shall be as specified herein and have the characteristics and dimensions shown on the Contract Documents. 2. Leakage for fabricated gates shall not exceed 0.10 GPM/FT of wetted seal perimeter in seating and unseating head conditions. 3. The gate seal design shall meet the latest applicable AWWA standards. 4. All structural components of the frame and slide shall be constructed of fabricated stainless steel, having a minimum thickness of 1/4 inch and shall have adequate strength to prevent distortion during normal handling, during installation and while in service. 5. All welding shall be performed by welders with AWS certification and be completed in the manufacturing facility. No welding is allowed in the field during installation. 6. Materials: Components Materials Frame Assembly and Retainers 316 stainless steel. See Paragraph 3.04 Slide and Stiffeners 316 stainless steel. See Paragraph 3.04 Stem 316 stainless steel. See Paragraph 3.04 Fasteners, Nuts and Bolts 316 stainless steel Invert Seal (Upward Opening Gates only) Neoprene or EPDM Seat/Seals and Facing UHMWPE or type that incorporates a separate neoprene seal. Lift Nuts Bronze or Stainless Steel Pedestal and Wall Brackets Stainless Steel Operator Housing Aluminum B. Frames: 1. Frame shall be formed or extruded construction consisting of guides and invert members and top member where top closure is required. Suitable reinforcements will be provided to resist all operating loads. 2. Frame shall be designed for various mounting styles as shown on the Drawings. Fabricated Gates 40 05 50-T - 4 E10179 – Whitecap WWTP UV Improvements Project 3. The structural portion of the frame that incorporates the seat/seals shall be formed into a one-piece shape for rigidity. Guide members that consist of two or more bolted structural members are not acceptable. 4. On self-contained gates, a yoke shall be provided across the top of the frame. The yoke shall be formed by two structural members affixed to the top of the side frame members to provide a one-piece rigid assembly. The yoke shall be designed to allow removal of the slide. The maximum deflection of the yoke shall be 1/360 of the gate’s span. 5. A rigid stainless steel invert member shall be provided across the bottom of the opening. The invert member shall be of the flushbottom type on upward opening gates. Flushbottom seal shall incorporate an embedded frame channel gate for new construction or an existing channel gate mount for existing channels. 6. A rigid stainless steel top seal member shall be provided across the top of the opening on gates designed to cover submerged openings. C. Slides and Guides: 1. The slide and reinforcing stiffeners shall be constructed of stainless steel plate. All structural components shall have a minimum thickness of 1/4 inch. 2. The gate slide deflection shall not exceed 1/360th of gate width at maximum design head or 1/16 inch at seal points, whichever is less. 3. Reinforcing stiffeners shall be welded to the slide and mounted horizontally. Vertical stiffeners shall be welded on the outside of the horizontal stiffeners for additional reinforcement. 4. The stem connector shall be constructed of two angles or plates. The stem connector shall be welded to the slide. A minimum of two bolts shall connect the stem to the stem connector. 5. The gate guides shall be designed for maximum rigidity, having a weight of not less than 9 pounds per foot for stainless steel or 4 pounds per foot for embedded frames and 7 pounds per foot for wall mounted frames. The guides shall be of sufficient length to support two-thirds of the height of the slide when the gate is fully open. On self- contained gates, where the guides extend above the operating floor, they shall be strong enough so that no further reinforcing shall be required. 6. Downward opening weir gates shall have a self-containing frame that extends beyond the weir elevation so that the top of gate slide elevation is lower than the weir elevation when fully open. D. Gate Stem and Lift: 1. Stems shall be of suitable length with minimum 1.5-inch diameter, and ample strength for the intended service. See paragraph 3.04 for rising and non-rising stems. The stem diameter shall be capable of withstanding twice the rated output of the operator at 40 pounds crank or hand wheel pull and shall be capable of moving the gate slide with the specified seating and unseating head against the gate. 2. The stem shall be furnished in sections as necessary to permit reasonable ease in installation. Couplings shall be bolted, pinned or machine-cut or rolled ACME threads of Fabricated Gates 40 05 50-T - 5 E10179 – Whitecap WWTP UV Improvements Project sufficient length to completely open the gate. The threads shall be smooth and of uniform lead and cross-section, such that the nut can travel the full length without binding or excessive friction. The stem shall be pinned to the gate with stainless steel bolts. The entire stem shall be of solid stainless steel material and the threaded portion of the stem shall have a rolled or machine cut ACME threads. Stem extension pipes are not acceptable unless approved prior to installation by the Engineer. 3. Stem guides shall be fabricated with UHMWPE bushed collars or fabricated from stainless steel with UHMWPE bushed collars and adjustable in two directions. Stem guide spacing shall be as recommended by the manufacturer, but in no case shall it exceed slenderness ratio l/r ratio of 200, or 9’-0” center to center spacing. 4. An adjustable bronze or stainless steel stop collar shall be provided to limit both upward and downward travel of the fabricated gate. 5. Provision shall be made to prevent stem rotation within the thrust nut at the connection with the gate slide. E. Seals: 1. All gates shall be equipped with UHMW polyethylene side and bottom seat/seals or UHMW polyethylene seats, J-type seals, and neoprene bottom seals to restrict leakage and to prevent metal to metal contact between the frame and slide. 2. The seat/seals shall extend to accommodate the two-thirds the height of the slide when the slide is in the fully closed or fully opened position. 3. All upward opening gates shall be provided with a resilient seal to seal the bottom portion of the gate. The seal shall be attached to the invert member or the bottom of the slide and it shall be held in place with stainless steel attachment hardware. 4. The seal system shall be durable and shall be designed to accommodate high velocities and frequent cycling without loosening or suffering damage. 5. All seals must be bolted or otherwise mechanically fastened to the frame or slide. Arrangement with seals that are force fit or held in place with adhesives are unacceptable. 6. The seals shall be mounted so as not to obstruct the gate opening. 7. The seal system shall be factory tested to confirm negligible wear (less than 0.01 inch) and proper sealing. 8. Neoprene J-type seals are acceptable only when used in combination with UHMW polyethylene seats. F. Manual Operators: Unless otherwise indicated in Paragraph 3.04, gates shall be operated by a manual handwheel or crank-operated gearbox. The operator shall be mounted on the yoke of self-contained gates or on the pedestal of non-self-contained gates. All electric operated gates shall refer to Paragraph 2.04. 1. The gate manufacturer shall select the proper gear ratio to ensure that the gate can be operated with no more than a 40-pound effort when the gate is in the closed position and experiencing the maximum operating head. Fabricated Gates 40 05 50-T - 6 E10179 – Whitecap WWTP UV Improvements Project 2. An arrow with the word "OPEN" shall be permanently attached or cast onto the operator to indicate the direction or rotation to open the gate. 3. Manufacturer shall provide the appropriate operator (handwheel, crank-operated gearbox, off-set crank, or other approved mechanism) at 36 inches above operator’s platform elevation unless noted otherwise in the schedule or the Drawings. 4. Handwheel operators shall be fully enclosed and shall have a cast aluminum housing. a. Handwheel operators shall be provided with a threaded cast bronze lift nut to engage the operating stem. b. Handwheel operators shall be equipped with roller bearings above and below the operating nut. c. Positive mechanical seals shall be provided above and below the operating nut to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. d. The handwheel shall be removable and shall have a minimum diameter of 15 inches. 5. Crank-operated gearboxes shall be fully enclosed and shall have a cast aluminum housing. a. Gearboxes shall have single gear reduction. b. Gearboxes shall be provided with a threaded cast bronze lift nut to engage the operating stem. c. Bearings shall be provided above and below the flange on the operating nut to support both opening and closing thrusts. d. Gears shall be steel with machined cut teeth designed for smooth operation. e. The pinion shaft shall be stainless steel and shall be supported on ball or tapered roller bearings. f. Positive mechanical seals shall be provided on the operating nut and the pinion shafts to exclude moisture and dirt and prevent leakage of lubricant out of the hoist. g. The crank shall be cast aluminum or stainless steel with a revolving nylon grip. h. The crank shall be removable. Provide one crank for every gate unless otherwise approved by the Engineer. 6. Pedestals shall be constructed of 316 stainless steel. Aluminum pedestals are not acceptable. a. The pedestal height shall be such that the handwheel or pinion shaft on the crank- operated gearbox is located 36 inches above the operating platform elevation. b. Wall brackets shall be used to support floor stands where shown on the Drawings and shall be constructed of stainless steel. c. Wall brackets shall be reinforced to withstand in compression at least two times the rated output of the operator with a 40-pound effort on the crank or handwheel. d. The design and detail of the brackets and anchor bolts shall be provided by the gate manufacturer and shall be approved by the Engineer. The gate manufacturer shall supply the bracket, anchor bolts and accessories as part of the gate assembly. Fabricated Gates 40 05 50-T - 7 E10179 – Whitecap WWTP UV Improvements Project 7. Operators shall be equipped with fracture resistant clear Lexan plastic stem covers for gates with rising stems. a. The top of the stem cover shall be closed. b. The bottom end of the stem cover shall be mounted in a housing or adapter for easy field mounting. c. Stem covers shall be complete with indicator markings to indicate gate position. d. Vent holes shall be provided to prevent condensation. e. Cover shall not become brittle or discolored when subjected to local weather conditions for a minimum of 5 years after installation. Replacement of covers less than 5 years after installation shall be provided under warranty. 2.04 ELECTRIC MOTOR OPERATORS A. Electric motor operators shall be furnished as specified herein. B. General: 1. The valve operators shall be of reversible motor type. The rated torque capability of each operator shall be sufficient to seat, unseat, and rigidly hold in any position the slide gate under the operating conditions specified herein. 2. Operators shall be self-contained units comprising housing, motors, reversing contactor, limit switches, torque switches, relays, control transformer, gear train, and auxiliary handwheel. Operators shall be mechanically operated with hardwired relays, etc. Operators shall not contain printed circuit boards for the controls, operation, etc. Operators shall comply with the applicable requirements of AWWA C540. 3. The handwheel shall not turn during normal operation of the valve. 4. The operator shall be designed to raise the gate at a rate as specified by the slide gate manufacturer. C. Valve Operator Construction: 1. Operators shall be equipped with an 18-inch auxiliary stainless steel handwheel. Handwheel shall provide for manual actuation of the valve in the event of power failure. The handwheel shall not turn during normal operation of the valve. 2. The valve operator shall have an integral three-phase, full voltage, reversing contactor with electrical and mechanical interlocks and three over-load sensing relays. The contactor shall operate on 120 VAC and shall have a control transformer to transform 460 VAC to 120 VAC. The control transformer shall be sized with sufficient capacity to operate the contactor and the motor switch compartment heaters. 3. Limit switches shall be furnished for valve control, for remote and local OPEN and CLOSE indications. Limit switches shall be dry contacts and shall be independently adjustable at the open and close limits. Auxiliary limit switches for remote OPEN and CLOSE indication shall have isolated Form A or B contacts rated 10 amps at 120 VAC. 4. The operator enclosure shall be NEMA 4. Space heaters with thermostat shall be provided in the enclosure of wattage suitable for keeping the compartment dry at all times. There shall be installed also a suitable breather and drain. A schematic wiring Fabricated Gates 40 05 50-T - 8 E10179 – Whitecap WWTP UV Improvements Project diagram shall be attached and protected from the environment for maintenance use. A terminal strip shall be provided in the switch compartment. Controls and switch compartments shall be shop wired to terminal strip complete and ready for field installation. All wires to terminal strip shall be identified with heat shrinkable wire tags. 5. Motor shall be designed for continuous use and rated for 460 VAC, 3-phase, 60 Hertz service. Control voltage shall be 120 VAC. Motors shall have thermal switch wired to 120 VAC control circuit on operator. Bearings shall be permanently lubricated ball bearings. 6. Valves shall have LOCAL-REMOTE selector switch, OPEN and CLOSE indicator lights, and open and close pushbuttons mounted on the operator. Selector switches and pushbuttons shall be provided with watertight boots. 3.00 EXECUTION 3.01 INSTALLATION A. Fabricated gates shall be installed in accordance with the recommendations of the gate manufacturer. Guide frames for fabricated gates shall be as shown on the schedule. The bottom of the fabricated gate structure shall be embedded flush bottom, unless otherwise indicated. B. Install the gates in a manner that will prevent leakage around the seats and binding of the gates during operation. Keep surfaces where metal and the concrete placed come in contact free from oil, grease, loose mill scale, loose paint, surface rust, and other debris or objectionable coatings. Secure anchor bolts, thimbles and spigot frames in true position in the forms and hold in alignment during the placement of the concrete. Finish surfaces to provide a smooth and uniform contact surface where concrete and rubber seals come in contact and where flat frames or plates are installed. When a flat frame is installed against concrete, the Contractor shall either install using double-nuts and a grout pad or a minimum 1/2-inch EPDM or 1/2-inch non-shrink grout shall be placed between the gate and the concrete. C. Carefully align gate stems, stem guides and gate lifts so the stem is parallel to the guide bars or angles on the gate frame after installation. 3.02 FIELD QUALITY CONTROL A. Prior to final acceptance by the Owner, the slide gates shall be tested in the presence of the Engineer. A seating head corresponding to the maximum water level shall be placed on the slide gate and the gate examined for leakage. The maximum allowable leakage for fabricated gates shall be per Paragraph 2.03.A.2. Manufacturer shall provide test certificates to show that they meet the leakage rate required in this Section. The slide gate shall be opened from the fully closed position under maximum seating head, and closed from the fully open position under average flow conditions to verify that the gate lift is operational and in satisfactory working order. Fabricated Gates 40 05 50-T - 9 E10179 – Whitecap WWTP UV Improvements Project 3.03 CLEAN AND ADJUST A. After installation, clean, lubricate, and otherwise service the gate and lift in accordance with the manufacturer’s instructions. 3.04 SCHEDULES A. Slide gates shall be supplied in accordance with the following schedule: The required slide gates and certain pertinent data are given below. This list is given to facilitate description of the various gates and as an aid to plan take-off, and is not guaranteed to be complete. No. Req’d Location/ Service Opening Size Opening Direction Gate Type Gate Material Mount Seating/ Unseating Head (feet) Operator Type Stem 3 Filter Influent Channel 1’-6” X 6’-0” Downward WRG 316 SS WM 2/2 MANUAL R 4 UV Channel Isolation 2’-5.5” X 6’-0” Upward SLD 316 SS CM 6/6 MTR NR 1 Re-Lift Pump Station 3’-0” X 5’-0” Upward SLU 316 SS WM 10/10 MTR R 1 Re-Lift Pump Station 3’-0” X 5’-0” Upward SLU 316 SS WM 10/10 MANUAL R LEGEND Opening Direction Upward (Fabricated Gates) Downward (Weir Gates) Gate Type Slide Gate (SLD) Sluice Gate (SLU) Weir Gate (WRG) Mount Wall Mounted (WM) Channel Mounted (CM) Frame Embedded Mount (FE) Operator Type Motor (MTR) Manual (MANUAL) Stem Rising (R) Non-Rising (NR) END OF SECTION Identification for Process Piping and Equipment 40 05 53-T - 1 E10179 – Whitecap WWTP UV Improvements Project 40 05 53-T IDENTIFICATION FOR PROCESS PIPING AND EQUIPMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Provide identifying devices for the following: 1. Piping. 2. Equipment. 3. Electrical Equipment. 4. Valves. 5. Control devices. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Product data sheets for identifying devices. 2. A list of where devices are to be installed, and the data to be included on each identifying device. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI A13.1 Pipe Marking Specifications 1.04 DELIVERY AND STORAGE A. Store products inside storage sheds until installed. 1.05 GUARANTEES A. Guarantee Identifying devices installed in wet locations or areas subject to moisture to be weather resistant for a period of 3 years after installation. 2.00 PRODUCTS 2.01 MATERIALS A. Piping Identification: Pressure sensitive, adhesive-backed vinyl plastic label having the lettering indicated on background color as scheduled. Provide labels manufactured by the Seton Name Plate Corp. or Brady “Perma Code”. Provide labels having an arrow to indicate the direction of flow. Provide 1-1/4-inch high letters. Identification for Process Piping and Equipment 40 05 53-T - 2 E10179 – Whitecap WWTP UV Improvements Project B. Outdoor Pipe Markers: Seton “Weather Code” Fade resistant, vinyl markers, 2-1/4 by 9 inches. C. Valve Identification: Provide Seton Style 250-BL Black Filled, 1-1/2-inch round, brass tag with proper identification stamped on tag. Tag shall have the proper prefix followed by a code number that is unique and identifies the valve from all others in the project. Provide hole in top of tag for mounting chain. Provide brass jack chain, copper metal meter seals, or brass “S” hooks as appropriate. D. Equipment Nameplate: Seton Style 2060 “Seton-ply” engraved plastic plaque, approximately 3/4 by 2-1/2 inches in size. Plaque shall be 1/16 inch thick having beveled edges and drilled with two mounting holes when attached by screws. Mounting screws shall be stainless steel. Lettering shall be approximately 3/16 inch high. Text to include equipment mark and equipment description (Example: EXHAUST FAN EF-5). Identification label on nameplate shall correspond to a typewritten legend included in the O & M Manual which includes the following: 1. Equipment identifier. 2. Location inside building (or on project site). 3. Manufacturer’s model number. 4. Brief description of function. 5. Reference to shop drawings, parts lists, or other data included in the O & M Manual. E. Fire Sprinkler System Signs: Signs for fire protection system shall conform to NFPA-13 and shall be equal to Seton Style SFB, furnished in porcelain with “white on red” color. 3.00 EXECUTION 3.01 PREPARATION A. Install piping complete with insulation and valves in place prior to installing identification devices. Mount electrical components, including electrical control devices. Piping shall be dry and free of oil, grease, or other contaminants. Insulation shall be completely dry. 3.02 INSTALLATION A. Install pipe labels on piping exposed to view, in any location inside buildings or structures, or in underground vaults, pump stations, basements, or other exposed locations. B. Install a minimum of one label in each area or room and additional labels at spacings not to exceed 5 feet. Position labels so that lettering is visible from the front of piping at floor level. Provide labels of a size that is legible from floor level. Install labels in rows with uniform spacings where several pipes run parallel to each other. C. Name the fluid flowing inside the pipe on color coded labels with text per the schedule below. Labels shall also include an arrow indicating the direction of flow. 3.03 VALVE IDENTIFICATION Identification for Process Piping and Equipment 40 05 53-T - 3 E10179 – Whitecap WWTP UV Improvements Project A. Install a valve tag on all valves. Attach the tag to hand wheel of valve stem so that it does not interfere with operation of valve tag brass link chains or copper meter seals furnished by the Tag Manufacturer. B. Number valves to correspond to a typewritten list included in the Operational and Maintenance Manual and include the following information: 1. Valve Number. 2. Description of piping fluid or purpose. 3. Normal position of valve (Open or Closed). 4. Manufacturer’s catalog number. 5. Brief description of valve specification. 6. Brief description of valve’s function in the system. C. Valve identification shall be based on the following example: Valve Number Function Location Normal Position Mfg’s Cat No. Valve Type Description P-1 Domestic Water Rm. 103 Open Crane Fig. 315C Gate rising stem Shut off to heater 3.04 EQUIPMENT IDENTIFICATION A. Provide an equipment identifier on each separate piece of equipment, including process equipment, HVAC equipment, plumbing equipment (other than plumbing fixtures), and electrical equipment. Provide a nameplate for each separate piece of electrical equipment, including but not limited to panelboards, switchgear, starters, disconnects, control devices and control panels. Provide name tags for each separate switch, starter, contactor, or other compartment on electrical switchgear. B. Engrave lettering on nameplates corresponding to the identification marks. Install nameplates prominently on equipment not occurring in occupied spaces. Install nameplates on the inside covers of lighting panelboards. Install nameplates on all other equipment centered and at top of equipment. Nameplates shall not be installed in a location that interferes with the equipment’s ability to operate. C. Attach nameplates to exterior equipment with two 3/8-inch stainless steel screws. Interior plaque may be attached by screws, or by the adhesion method when approved by the Engineer. 3.05 POTABLE AND NON-POTABLE WATER A. Provide name tags at every water hydrant or outlet. Fabricate name tags of 3/4-by-1-1/2- by-1/8-inch aluminum with a medium, duranodic finish and plexiglas face panel. The face panel shall have 1-inch high, white, helvetica medium lettering on blue background stating “Potable Water”, or white lettering on green background stating “Non-Potable Water”. Place signs on walls above the hydrant locations and attach to backplates. Yard hydrants shall have concrete piers which are 6 inches in diameter by 36 inches with signs attached to the face of the concrete directly in front of the hydrants. Extend the piers 4 inches Identification for Process Piping and Equipment 40 05 53-T - 4 E10179 – Whitecap WWTP UV Improvements Project minimum above finish grade. Signs shall be manufactured by Vomer Products, Inc., equal to Vocator Exterior sign series E9/12. 3.06 SCHEDULES A. Prepare a typed schedule showing piping label requirements, valve tag identification, and equipment tags. Include each valve or piping type and the appropriate identification on the schedule. Submit the schedule to the Engineer for approval. B. Mark valve tags and pipe labels to conform with the following legend, or with requirements of standards noted. Include the full name, as appearing under the column heading “Description”, and the abbreviation under the column heading “Abbrev. Legend.” Description Valve Prefix Ab brev. Legend Label Color (Letter on Background) Plumbing Sewer, Sanitary W SW Black on Green Sewer, Storm SS SS Black on Green Waste, Drain W DP Black on Green Waste, Acid W AW Black on Yellow Water, Domestic, Cold P CW Black on Green Water, Domestic, Hot P HW Black on Yellow Water, Domestic, Ret. P HWR Black on Yellow Water, Distilled P DW Black on Green Water, Non-potable N NPW Black on Green Fire Protection Fire Protection, Mains F FM White on Red Fire Protection, Sprinkler F FS White on Red Gas Piping Natural Gas G NG Black on Yellow Fuel Gas G NG Black on Yellow Acetylene G AC Black on Yellow Argon G AG White on Blue Hydrogen G HG Black on Yellow Nitrogen G NI Black on Green Nitrous Oxide G NO White on Blue Methane G MT Black on Yellow Oxygen G OX Black on Yellow Compressed Air G CA White on Blue Instrument Air G IA White on Blue Identification for Process Piping and Equipment 40 05 53-T - 5 E10179 – Whitecap WWTP UV Improvements Project Description Valve Prefix Ab brev. Legend Label Color (Letter on Background) Vapor G VG Black on Yellow Vacuum G VP White on Blue HVAC Refrigerant, Suction H RS Black on Green Refrigerant, Liquid H RL Black on Green Chilled Water H CW Black on Green Chilled Water Ret. H CWR Black on Green Hot Water H HW Black on Yellow Hot Water, Ret. H HWR Black on Yellow Condensate H CD Black on Green Process Piping Lime PP LI White on Green Chlorine PP CH Black on Yellow Ammonia PP AM Black on Yellow Primary Effluent PP PE White on Green Primary Sludge PP PS White on Green Raw Sewage PP SR White on Green Recir. Sewage PP RS White on Green Recir. Sludge PP RR White on Green Thickened Sludge PP TS White on Green Activated Sludge PP AS White on Green Electrical Panelboards LP-1 White on Black Starters for Exhaust Fan S/EF-1 White on Black Control Panels for Exhaust Fan CP/EF-1 White on Black Disconnects for Exhaust Fan DS/EF-1 White on Black Junction Boxes JB/101 White on Black Controllers for Exhaust Fan CI/EF-1 White on Black C. Piping Color Schedule: Description Pipe Color Potable Water Light Blue Compressed Air Light Green Identification for Process Piping and Equipment 40 05 53-T - 6 E10179 – Whitecap WWTP UV Improvements Project Description Pipe Color Instrument Air Light Green with Dark Green Bands Chlorine (gas, liquid, or vent) Yellow Chlorine (solution) Yellow with Red Bands Liquid Alum Yellow with Orange Bands Alum (solution) Yellow with Green Bands Ammonia Yellow with Brown Bands Chlorine Dioxide (solution) Yellow with Blue Bands Ferric Chloride Brown with Red Bands Ferric Sulfate Brown with Yellow Bands Polymers White with Green Bands Liquid Caustic White with Red Bands Caustic (solution) White with Orange Bands Fluoride White with Yellow Bands Ozone Stainless Steel with White Bands Settled Water Green Filter Effluent Light Blue Backwash Supply Light Blue Drain Dark Grey Raw Water Tan END OF SECTION Parshall Flume Liner 40 71 89-T - 1 E10179 – Whitecap WWTP UV Improvements Project 40 71 89-T PARSHALL FLUME LINER 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install one (1) parshall flume liner at the UV Disinfection structure as shown on the drawings and specified herein. 1.02 QUALITY ASSURANCE A. ACCEPTABLE MANUFACTURERS: The intent of these specifications is to purchase a quality product of the manufacturer's latest design, meeting the minimum standards set forth. Recent design improvements not covered by these specifications shall be presented to the Engineer for his decision as to their use. Acceptable manufacturers shall be one of the following: 1. Badger Meter 2. Plasti-Fab 3. Warminster 4. Leopold 5. Approved Equal B. MANUFACTURER'S REPRESENTATIVE FOR STARTUP AND TESTING: The services of the manufacturer's technical representative shall be provided for pre-startup installation checks, startup assistance, training of Owner's operating personnel, and troubleshooting. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop drawings shall include: a. Critical dimensions, jointing, connections, fasteners and anchors. b. Materials of construction for all components. c. Sizes, spacing and locations of structural members, connections, attachments, openings, fasteners and loads. d. General arrangement/assembly drawings, electrical drawings and catalog cuts of equipment, control wiring diagrams and manufacturer's catalog information consisting of descriptive literature and specifications. 2. Operation and Maintenance Manuals 3. Product Data: Test results of fiberglass reinforced plastic laminate 1.04 STANDARDS A. The following reference standards apply: Parshall Flume Liner 40 71 89-T - 2 E10179 – Whitecap WWTP UV Improvements Project ASTM D 256: Standard Test Methods for Determining the Pendulum Impact Resistance of Notched Specimens of Plastics ASTM D 638: Standard Test Method for Tensile Properties of Plastics ASTM D 790: Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTM D 2583: Test Method for Indentation for hardness of Rigid Plastics by Means of a Barcol Impressor. 1.05 DELIVERY AND STORAGE A. Ship the parshall flume liner in one piece ready for setting in the channel formwork prior to pouring of the concrete. Flume shall be braced to prevent any deflection and/or deforming during shipment, storage and installation. Store liner in compliance with the manufacturer’s instructions and protect from damage. 1.06 GUARANTEES A. The equipment supplier shall furnish the Owner an extended warranty for the equipment for a period of twenty-four (24) months following installation, adjusting, acceptance testing and start of actual operation of the equipment not to exceed 30 months from the delivery of the equipment to the project site. All equipment shall be guaranteed against defects in material and workmanship and any defective equipment shall be repaired or replaced without cost or obligation to the Owner. B. In the event of failure of any part or parts of the equipment during the two year of operation, the Manufacturer shall furnish, deliver and install the defective part or parts at no additional expense to the Owner. 2.00 PRODUCTS 2.01 FABRICATIONS A. The flume liner shall be fabricated in one piece fiberglass reinforced plastic with integral stiffening ribs to make unit self-supporting and eliminate the need for external bracing. Flumes to be embedded in concrete shall be provided with temporary internal bracing. Flume shall be utilizing general purpose resin, reinforced with fiberglass mat to provide a minimum wall thickness of 1/4” and a glass content not less than 30% by weight. 2.02 PARSHALL FLUME LINER A. Material: Parshall flume liner shall be constructed from fiberglass reinforced plastic as follows: 1. Tensile Strength (ASTM D 638): 14,000 psi 2. Flexural Strength (ASTM D 790): 25,000 psi 3. Flexural Modulus (ASTM D 790): 1,000,000 psi 4. Impact, Notched, Izod (ASTM D 256): 10 ft-lb/in 5. Barcol Hardness (ASTM D2583): 40 minimum 6. Temperature Limit: 150º F Parshall Flume Liner 40 71 89-T - 3 E10179 – Whitecap WWTP UV Improvements Project 7. Temperature Limit: 200º F 8. Chemical Resistance: Comply with ANSI/AWWA F101, Type II Classification B. Liner: Precision molded reinforced plastic and accurate in dimension. The inside surface of the flume liner shall be smooth and free of any irregularities. The outside surface shall include flanges and anchoring ribs for firm permanent anchorage in concrete. C. Tie Bars: The flume shall be furnished with strips bolted in place across the top of the flume to restrain the vertical sides of the liner during concrete placement. Remove tie bars following concrete set. D. Brackets: Adjustable mounting brackets shall be included with the flume and shall be suitable for supporting an ultrasonic flow measuring sensor. The brackets shall be constructed of 304/304L stainless steel and shall be mounted at a location designated by the flume manufacturer. All brackets, bolts, nuts and appurtenances required to mount the sensor shall be provided by the flume manufacturer. E. Scale: The parshall flume liner shall be equipped with a molded in graduated scale in inches to read water depth. Scale shall be stainless steel and shall be supplied by the flume manufacturer along with all mounting hardware. 2.03 ULTRASONIC LEVEL SENSOR AND FLOW METER A. An ultrasonic flow measuring sensor shall be provided with the parshall flume liner. The sensor shall be compatible with the flume liner provided and with the mounting brackets. The flow meter shall measure the flow in the flume at the location indicated. The ultrasonic sensor and flow meter shall be mounted with 316 SS hardware and mounting brackets. The sensor shall be designed for use in a harsh marine environment. B. Unit shall be ultrasonic type, continuous level measuring system consisting of level element, transmitter, and cable for connection from level element to transmitter. C. Level element shall be ultrasonic type transducer. Transducer shall be of water-proof construction rated NEMA 4X with operating range of -10 to +120 F at 1 atmosphere. Transducer shall be furnished with 1-inch NPT nipple for mounting. D. Transmitter shall contain solid state controls to operate transducer and to provide a 4-20 mA DC output signal in linear proportion to the level being sensed. Transmitter shall be provided with output indicator meter and shall have an operating range of 30 to 120 F. Transmitter scale range shall be as noted. Transmitter shall be mounted in a NEMA 4X enclosure, suitable for wall mounting. E. Level system shall have an overall accuracy of plus or minus 0.5 percent of full scale and shall operate on 12-volt, 50/60-Hz power. F. Transmitter shall provide up to three discrete outputs, adjustable over the entire scale range. At the noted set point, unit shall transfer SPDT contacts which shall be rated for 5 amperes, continuous, at 120 VAC. Set points shall be screwdriver adjustable from inside the enclosure and shall be repeatable within plus or minus 1 percent of full scale. Parshall Flume Liner 40 71 89-T - 4 E10179 – Whitecap WWTP UV Improvements Project G. Interconnecting cable between transducer and transmitter shall be furnished with the unit with length as indicated. H. Unit shall be Milltronics Multi Ranger or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. Install parshall flume liner, sensor and flow meter in accordance with manufacturer's recommendations and instructions. Manufacturer shall provide installation instructions covering each item in this specification. After installation, clean surfaces in accordance with manufacturer’s instructions. B. Verify that the flume is installed plumb and true, free of wrap or twist, within the tolerances specified by the manufacturer. Set flume at the proper elevation in accordance with the drawings. Fasten flume securely to prevent flotation or twisting during placement of concrete. C. Upon completion of the installation, determine inlet and outlet elevations, calibrate flow measurement devices and operate the flume in a manner acceptable to Engineer/Owner before final acceptance by Owner. Make adjustments to the flow measurement devices as required to accurately measure flow. 3.02 SCHEDULES Location Throat Width (inches) Minimum Flow (MGD) Maximum Flow (MGD UV Disinfection Structure 18 0.078 10.43 END OF SECTION Commissioning Of Process Systems 40 80 00-T - 1 E10179 – Whitecap WWTP UV Improvements Project 40 80 00-T COMMISSIONING OF PROCESS SYSTEMS 1.00 GENERAL 1.01 SCOPE A. Inspection, operational testing, adjustment, and calibration of each device, subsystem, and system, and placement of each device and system into service. The system supplier shall submit certified calibration reports for all instruments and loops for this project. The calibration shall comply with the manufacturers’ and ISA recommended practices. All calibrations shall be performed in the presence of Owner’s authorized representative. The system supplier shall also recalibrate all instruments immediately prior to acceptance of the project by the Owner. Calibrations of all instruments shall be performed by the instrument manufacturer’s factory technicians only. 1.02 SUBMITTALS A. Test Plan: 1. At least 60 days before commissioning starts, submit a description of the tests to be conducted. The test procedure shall be detailed. Step-by-step on a loop-by-loop basis. 2. Include list of test equipment, test procedures, check-lists, and test report formats. 3. At the completion of each commissioning phase, deliver all test reports for phase to Owner with statement that phase test requirements have been satisfied. 4. Shop drawings. 5. All other applicable requirements of Division 01 - General Provisions. B. Responsibility: Review for acceptance by the Owner’s representative of any plan, report, or other commissioning activity will not relieve the Contractor of his responsibility to meet the Contract requirements. 2.00 PRODUCTS 2.01 MATERIALS A. Devices and systems are specified in other sections of this Specification. Reference to “devices” means all devices included in the Contract. B. Any device which fails to meet contract requirements or published performance specifications of the manufacturer must be repaired or replaced as directed by the Owner at no cost to the Owner. C. Demonstrate that test equipment is fully operational and properly calibrated. D. The Owner reserves the right to disapprove test equipment that is improper or functioning improperly. 3.00 EXECUTION 3.01 OBSERVATION Commissioning Of Process Systems 40 80 00-T - 2 E10179 – Whitecap WWTP UV Improvements Project A. The Owner and/or Engineer reserves the right to witness any test, inspection, calibration, or start-up activity. B. Notify the Engineer in writing at least 2 working days in advance of any test. All tests executed without notifying the Engineer are invalid and must be repeated. C. Perform commissioning of each device, subsystem and system under direct supervision of the individual manufacturer’s factory-trained representative. 3.02 REPORTS A. Prepare report showing test procedures, conditions, and results of each test. In the test report, give applicable contract requirements, manufacturer’s performance specifications, permissible tolerances at each test point, actual values of test signals, and test results. B. Check off List: 1. Maintain a check-off list by loop number indicating tasks remaining to be done to make loop operational. 2. Submit check-off list form at least 60 days before commissioning starts. 3. Submit check-off lists when requested by Owner. 4. Lists will be requested no more frequently than once a week. 3.03 SCHEDULING GUIDELINES FOR COMMISSIONING PHASES A. Perform all commissioning in accordance with the instructions on the Contract Drawings, these Specifications, manufacturer’s instruction manuals, and the direction of the Owner’s representative. B. Commission field devices after installation of field instruments and prior to commissioning the instrument or the control panel. C. After installation of the instrument or control panel, and prior to loop commissioning, commission panel-mounted devices and systems. D. After commissioning field devices and panel-mounted devices, commission loops. 3.04 REQUIREMENTS A. Transmitters and Receivers: 1. Remove shipping stops before starting with these procedures. 2. Have manufacturer’s instruction manuals available. 3. Install miscellaneous components such as charts, illumination, etc., which have been supplied separately but are integral parts of equipment. 4. Test and exercise each instrument to demonstrate correct operation, first individually, then collectively, as a functional network. 5. Check calibration of and recalibrate, where necessary, instruments at a minimum of three points over full operational range and prove instruments to be within specified accuracy. Commissioning Of Process Systems 40 80 00-T - 3 E10179 – Whitecap WWTP UV Improvements Project 6. Calibrate instruments individually and, where applicable, as loop (i.e., transmitter, controller, and valve). 7. Specified accuracy for loop is defined as root-mean-square summation (RMS) of individual device specified accuracies. 8. Individual device specified accuracy requirements shall be as specified by contract requirements, or by published manufacturer accuracy specifications whenever contract accuracy requirements are not specified. 9. Test each loop by applying simulated analog and/or discrete inputs to first elements of loop (i.e., applying simulated analog and/or discrete sensor signals) and measuring outputs from final elements of loop (i.e., controllers, alarms, indicators, etc.). 10. Apply continuously variable analog inputs to verify proper operation and setting of discrete devices (i.e., alarms, etc.). 11. Make provisional settings on controllers, alarms, etc., during loop installation tests. 12. Prepare calibration report on each instrument and loop. B. Flow Meters, Level Transmitters, and Pressure Transmitters: 1. Perform volumetric drawdown test for all flow meters and level transmitters. 2. Prepare test report for each meter and level transmitter. 3. If test results conflict with calibration report, recalibrate and repeat volumetric drawdown test. 4. Continue until drawdown test results prove calibration to be correct. C. Software Level Switches: Perform drawdown test for each level switch. Set switch in accordance with Specifications or, in absence of switch setting in Specifications, set in accordance with instructions from Owner’s representative. D. PLC PID Controllers: 1. Check control action of each controller. 2. Check calibration of gain, integral and rate adjustments where specified, including all codes of operation. 3. For each setting, check output for at least three inputs evenly spaced through input range. 4. Check at least three settings for each adjustment evenly spaced throughout the adjustment range. 5. Run all diagnostic procedures. E. Interlocks: Ring and check interlocking circuits for conformance to Plans and Specifications. F. Start Up of Instruments: 1. Test each control loop under start up and steady-state operating conditions to verify that proper and stable control is achieved using instruments in each instrument panel and control panel. Commissioning Of Process Systems 40 80 00-T - 4 E10179 – Whitecap WWTP UV Improvements Project a. Test control of final control elements using specified modes of manual and automatic control. b. Demonstrate bumpless transition between control station modes. c. Use signals from transducers, sensors, and transmitters. d. Simulated input data signals are not permitted. Simulated input date signals may be used subject to prior written approval on a case-by-case basis by the Owner’s or Engineer’s representative. 2. Set proportional band, reset rate and derivative settings for each control as recommended by manufacturer. 3. Verify transient stability of each control loop by applying control signal disturbances, monitoring amplitude and decay rate of control parameter oscillations, and making necessary controller adjustments to eliminate excessive oscillatory amplitudes and decay rates while retaining control sensitivity. Verify proper suppression of “reset wind- up.” 4. Contractor shall be responsible for calibration and ringing out all devices which are to be interfaced with the distributed control system. This shall include devices purchased and installed under other contracts, or are already existing. END OF SECTION Effluent Pump Control Panels 40 90 03-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 40 90 03-T EFFLUENT PUMP CONTROL PANELS PART 1 - GENERAL 1. 01 WORK INCLUDED A. This section Includes: 1. Effluent Pump control Panel 2. Covers the furnishing and installation of control panels, including all devices, accessories and appurtenances required for proper operation of the control equipment. This section is supplemented by Division 26 Electrical. Also supplementing this section are the drawings which indicate locations and arrangement of equipment. The drawings also provide one-lines and schematics regarding connection and interaction with other equipment. 1.02 COORDINATION Control panels and equipment supplied under this section shall be designed and coordinated for proper operation with related equipment and specifications. All equipment shall be applied in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the device manufacturer and the related equipment manufacturer. Review of drawings submitted prior to the final determination of related equipment shall not relieve the Contractor from supplying systems in full compliance with the specific requirements of the related equipment. Related equipment and materials may include, but will not be limited to, instrument/control devices, conduit, cable, and piping as described in other specifications associated with this project. Installation drawings shall be prepared for interconnecting wiring between the related equipment and the equipment furnished under this section. 1.03 RESPONSIBILITY The control panels shall be provided and installed by the Contractor or his appointed subcontractors. The services of the controlled equipment supplier's technical representative shall be provided as necessary to calibrate, test, and advise others of procedures for adjustment and operation. 1.04 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the control panels. Partial submittals of drawings or data will not be acceptable. No part of the panels shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. A. Outline drawings showing equipment arrangement, dimensions and weight. Effluent Pump Control Panels 40 90 03-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. C. One-line or three-line diagram showing all breakers, starters, contactors, meters, switches, relays, etc. The diagrams shall also show all equipment sizes and ratings. D. Elementary (schematic) diagrams for each control circuit showing device and terminal block numbers and all wire numbers. E. Wiring diagram showing the relative physical location of all items in the panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires, F. Interconnection diagrams shall be furnished by the supplier of the control panels. These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels, devices, etc. The interconnection drawings shall show the termination of this wiring both at the control panels and at the remote location. These drawings shall also show wire numbers, terminal block numbers, wire groupings in conduits and conduit numbers corresponding to those used on the plan drawings. G. Material list - listing the quantity, manufacturer, rating, type, and manufacturer’s catalog number of all components in the panel. PART 2.0 MATERIALS 2.01. CONTROL PANEL COMPONENTS A. Control Devices: All required control devices shall be furnished and installed as specified herein. All selector switches, push buttons, pilot lights, etc., for non- hazardous service shall be heavy duty, corrosion-resistant, NEMA 4X, Square D Class 9001, type SK or equal. Push- buttons shall be extended guard type. Pilot lights shall be push-to-test, transformer type. All devices shall be mounted on an internal hinged subpanel door. B. Motor Circuit Protector (MCP’s): Short circuit and locked rotor protection shall be provided for each pump motor by a molded case circuit breaker with instantaneous magnetic trip. Trip and interrupting ratings shall be selected for actual motor full load and locked rotor amperage. Voltage rating shall be 480V minimum. Switching and resetting shall be accomplished without need to open the internal panel door. Breaker shall include an auxiliary contact that changes state on breaker trip. C. Circuit Breakers: Control and accessory circuits 240 volt and less shall be molded case circuit breakers for short circuit protection and switching. Breakers shall be U.L. listed Effluent Pump Control Panels 40 90 03-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 for 120/240 volts with 10000 A.I.C. Switching or reset shall be accomplished without need to open the inner panel door. D. Motor Starters: Magnetic type, full voltage start, non-reversing starters shall be provided for pump motor. Starters shall be horsepower rated in accordance with NEMA standards (lEC ratings are not acceptable). Overload relays shall be NEMA Class 20 with one thermal element per motor phase and shall be manually reset. Overload reset shall be accomplished without need to open the inner panel door. Starter coils shall be 120 volt. E. Control Power Transformers (CPT): Transformers 500 VA and smaller shall be internally mounted machine tool type, specifically designed for high inrush currents of starter and relay coils. Transformers larger than 500 VA shall be externally mounted outdoor rated dry type. Primary windings shall be provided with short circuit protection and switching. Secondary windings shall be fused and grounded. F. Alternator: An automatic, electronic alternator shall change pump sequence after each operating cycle to equalize run time. The alternator shall be equipped with selector switches to allow automatic alternation for one or two pumps. LED indicators shall be provided to show lead pump position. Unit voltage shall be 120 volt. Contact rating shall be 10 amps resistive at 120 volts. The alternator unit shall be U.L. listed and shall be manufactured by Time Mark, Diversified, or equivalent. G. Space Heater and Thermostat: A 120 volt, 50 watt space heater shall be mounted to the panel back plate and equipped with a protective shield. A separate thermostat shall be provided for temperature control. The thermostat setting shall be adjustable to turn the space heater on at 30 °F to 100 °F. H. Elapsed Time Meters: Meters shall be mounted on the inner panel door to measure the running time of each motor. Meters shall be five digit, indicate tenths of hours and be non-resetable. Operating power shall be 120 volt. Relays and interlocks shall be provided to prevent operation of the meters when motor short circuit or overload devices are tripped. I. Control Relays: Relays for 120 and 24 volt circuits shall be industry standard plug-in type with tube type connectors. Contacts shall be rated 10 amps resistive, continuous. An internal light shall be provided to indicate relay energization. Relay sockets shall be the single-tier type. J. Surge Arrestors: The incoming power supply shall be furnished with a surge arrestor to limit damage from lighting surges. The arrestor shall be the silicon oxide varistor type designed for 600 volt, three phase service with a maximum rating of 100,000 amp with 1500 joule maximum energy. Effluent Pump Control Panels 40 90 03-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 K. Power Monitor Relay: Incoming power shall be monitored by a plug in type relay which shall sense under or over voltage, phase loss or phase sequence charge and deenergized the control circuit when abnormal power conditions occur. Voltage drop out shall occur at 10% above or below an adjustable set point. Relay contacts shall delay one second prior to transfer under abnormal power supply and shall automatically reset 5 seconds after normal conditions are restored miniature pilot light on top of the relay shall be energized to indicate normal power conditions. Relay contacts shall be 10 amp resistive at 250 VAC, single pole double throw. L. Wiring: Control panels shall be completely factory assembled and pre-wired. The pump supplier shall thoroughly test the control panel and level control system for proper operating sequence under all conditions before shipment of the panel to the job site. Control wiring shall be stranded copper, #14 AWG minimum size. Power wiring shall be stranded copper, #12 AWG minimum. All wiring insulation shall be dual rated for Type THHN and THWN applications. All control wiring terminations shall be made using vinyl insulated, crimp type connectors, with spade type lugs. Each control wire shall be labeled at each end with a preprinted, tube type or heat-shrink type wire marker, or shall be color coded. Screw type terminal strips shall be provided and suitably identified for termination of field wire control circuits. Submittal drawings shall include wire identification and terminal numbers. Control terminal blocks shall be rated 300 volts minimum and shall provide four unidentified spare sets. Incoming power terminals shall be lug type rated 600 volts minimum. Separate bare copper ground lugs shall be provided for incoming and pump ground wire. All wiring shall be neatly tie- wrapped and secured. M. Legends and Nameplates: Provide an appropriately engraved laminated plastic nameplate for each control device in panel and on panel exterior door. Legend plate indicating the operating function of pilot devices (START, STOP, RESET etc.) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2 inch wide with 1/4 inch white engraved lettering. Nameplates identifying the control panel and mounted on the exterior door shall be black laminated plastic one inch wide with 3/8 inch white lettering. Legends shall be mechanically attached with the pilot device. N. Float Switches: Wet well liquid level shall be signaled by non-metallic float switches with a normally open contact that closes on liquid level rise. Switches shall be the non- floating type with internal weighting to keep the switch below water after tilting. Float switches shall consist of a polypropylene float housing, mercury switch and neoprene jacketed control cable. Float housing shall be leakproof, shock and corrosion resistant. Mercury switch shall be metal-encased, shock resistant, with 10 amp, 120 volt contact, N.O. or N.C. as indicated by the control schematics. Power cables shall be of adequate Effluent Pump Control Panels 40 90 03-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 length to prevent splicing prior to terminal connection but not less than 20 feet. Floats shall be the product of Anchor Scientific, Inc. or Flygt or an approved equal. O. Field Wiring: Panel shall include terminal strip for field wiring for the following: a. Float control. b. Pump Power wiring P. Enclosure: Control panels shall conform to NEMA 4X Standards and be constructed of fiberglass-reinforced polyester-resin. Backpanels for mounting components shall be aluminum. Panels shall be completely dead front and shall have no equipment, pilot lights, pushbuttons or other devices installed in the exterior door. All such components required to be panel mounted shall be installed on an internally mounted, hinged, swing-out aluminum subpanel. The subpanel shall have captive screw-fastened latches, shall be capable of being opened a full 90 degrees, and shall be grounded. Exterior doors shall be gasketed, pad-lockable, continuous piano-type hinged and equipped with luggage type latches. All external hardware shall be stainless steel. The panel shall be sized as required to contain all required components. 2.02 CONTROL PANEL A. Effluent Lift Pump Control Panel: 1. Nema 4X Fiberglass Enclosure 2. Elapsed time meters for each pump 3. Hand-off-auto switch with auxiliary contacts 4. Motor Circuit Protector for each motor 5. Motor Over loads with auxiliary contacts 6. Control Power Transformer 7. Circuit Breakers for additional devices 8. Motor Starters for each pump 9. Surge Arrestors 10. Wiring 11. Alternating Relay 12. Auxiliary Relays 13. Space heater with thermostat 14. Name Plates as required 15. Red run light for motors 16. Power/Phase monitor 17. Field wiring terminal blocks Effluent Pump Control Panels 40 90 03-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.03 CONTROL SEQUENCE A. Lift Station Control Pumps 1. The lift station pumps shall be controlled by a Hand-Off-Auto switch located in the control panel. In the “hand” position the motor shall run continuously, regardless of wet well level. In the “auto” position, each pump shall be controlled by the alternator and float switches which shall sense wet well level. 2. The high level alarm shall self-reset. 3. Elapsed time meters shall be located in local control panel and shall be interlocked with motor starter to indicate accumulated run time. A Red pilot light shall be located in the control panel to indicate motor run status. PART 3.0 EXECUTION 3.1 INSTALLATION: A. Control panels shall be installed as indicated on drawings and as specified herein. Any deviation from such must be approved by the Engineer. 3.2 STARTUP AND FIELD TESTING: A. General: The equipment manufacturer shall furnish the services of a qualified factory field service engineer for one 8-hour working day at the site to inspect the installation and instruct the Owner's personnel on the operation and maintenance of equipment. The qualifications of the field service engineer are subject to the approval of the Engineer B. Installation Inspection: After the motors have been completely installed and wired the contractor shall: a. Megger stator and power cables b. Check for proper motor rotation c. Check power supply voltage d. Measure motor no load current e. Check control operation and sequence During this initial inspection, the manufacturer's service representative shall review recommended operation and maintenance procedures with the Owner’s personnel. Any defects or improper operation shall be corrected by the Contractor at no additional cost to the Owner. Effluent Pump Control Panels 40 90 03-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 3.3 PANELS A. Labeling 1. Enclosures: Labels shall be provided for each control panel as specified herein and on drawings. 2. Control devices: Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire. B. Wiring: All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat-shrink type or write-on adhesive type. Single digit individual markers shall not be used. Wire numbers shall be in accordance with the approved schematic drawings. C. Voltage warning signs 1. Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor equipment shall be furnished and mounted by the supplier of the equipment. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 2. Multiple source signs: Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4” high engraved lettering. "CAUTION: Energized wiring from sources is contained in this unit. END OF SECTION Lift Station Pump Control Panel 40 90 04-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 SECTION 40 90 04-T LIFT STATION PUMP CONTROL PANEL PART 1 - GENERAL 1. 01 WORK INCLUDED A. This section Includes: 1. Lift Station Pump Control Panel 2. Wet Well Level Sensor 3. Covers the furnishing and installation of control panels, including all devices, accessories and appurtenances required for proper operation of the control equipment. This section is supplemented by Division 26 Electrical. Also supplementing this section are the drawings which indicate locations and arrangement of equipment. The drawings also provide one-lines and schematics regarding connection and interaction with other equipment. 1.02 COORDINATION Control panels and equipment supplied under this section shall be designed and coordinated for proper operation with related equipment and specifications. All equipment shall be applied in full conformity with the drawings, specifications, engineering data, instructions, and recommendations of the device manufacturer and the related equipment manufacturer. Review of drawings submitted prior to the final determination of related equipment shall not relieve the Contractor from supplying systems in full compliance with the specific requirements of the related equipment. Related equipment and materials may include, but will not be limited to, instrument/control devices, conduit, cable, and piping as described in other specifications associated with this project. Installation drawings shall be prepared for interconnecting wiring between the related equipment and the equipment furnished under this section. 1.03 RESPONSIBILITY The control panels shall be provided and installed by the Contractor or his appointed subcontractors. The services of the controlled equipment supplier's technical representative shall be provided as necessary to calibrate, test, and advise others of procedures for adjustment and operation. 1.04 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the control panels. Partial submittals of drawings or data will not be acceptable. No part of the panels shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. Lift Station Pump Control Panel 40 90 04-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 A. Outline drawings showing equipment arrangement, dimensions and weight. B. Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. C. Manufactures data sheets on major components provided. D. Elementary (schematic) ladder diagrams for each control circuit showing device and terminal block numbers and all wire numbers. E. Wiring diagram showing the relative physical location of all items in the panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires, F. Interconnection diagrams shall be furnished by the supplier of the control panels. These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels, devices, operator interfaces etc. The interconnection drawings shall show the termination of this wiring both at the control panels and at the remote location. These drawings shall also show wire numbers, terminal block numbers, wire groupings in conduits and conduit numbers corresponding to those used on the plan drawings. G. Material list - listing the quantity, manufacturer, rating, type, and manufacturer’s catalog number of all components in the panel. 1.05 RELATED SECTIONS 1. Section 40 94 43 Programmable Logic Controllers 2. Section 40 94 33 Operator Interface Terminal PART 2.0 MATERIALS 2.01. CONTROL PANEL COMPONENTS A. Programmable Logic Controller (PLC) as specified in section 40 94 43 B. Operator Interface Terminal (OIT) as specified in section 40 94 33. Lift Station Pump Control Panel 40 90 04-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Circuit Breakers: Control and accessory circuits 240 volt and less shall be molded case circuit breakers for short circuit protection and switching. Breakers shall be U.L. 489 listed for 120/240 volts with 10000 A.I.C. D. Provide a separate D.C. power supply providing regulated D.C. power sources. Power supplies shall be sized to source all panel and field hardware burden plus fifty percent. Input of all power supplies shall be protected with DIN-rail mounted circuit breakers sized for 125% of Load. In no case shall any AC or DC power supply output exceed 10 Amperes. Power supplies/converters shall have an input to output efficiency rating exceeding 85%. Power supplies shall have an operating temperature range of -20 ° to 70 ° C. The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the supervisory control system or instrumentation from these energy sources shall be provided with the control panels. E. Terminal blocks: All terminal blocks shall be labeled using the manufacturer’s standard plastic machine-printed snap-in labels designed to fit the terminal block. Printed labels shall denote terminal strip numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. Hand written labels will not be accepted. Install a minimum 25% spare terminal strips for each type terminal strip indicated on the drawings. Terminal strips shall be fused where required for I/O protection. F. Control Relays: Relays for 120 and 24 volt circuits shall be industry standard plug-in type with tube type connectors. Contacts shall be rated 10 amps resistive, continuous. An internal light shall be provided to indicate relay energization. Relay sockets shall be the single-tier type. G. Surge Arrestors: The incoming power supply shall be furnished with a surge arrestor to limit damage from lighting surges. The arrestor shall be the silicon oxide varistor type designed for 600 volt, three phase service with a maximum rating of 100,000 amp with 1500 joule maximum energy. H. Wiring: Control panels shall be completely factory assembled and pre-wired and routed in wireway where ever possible. The supplier shall thoroughly test the control panel and level control system for proper operating sequence and simulate under all conditions before shipment of the panel to the job site. Control wiring shall be stranded copper, #14 AWG minimum size. Power wiring shall be stranded copper, #12 AWG minimum. All wiring insulation shall be dual rated for Type THHN and THWN applications. All control wiring terminations shall be made using vinyl insulated, crimp type connectors, with spade type lugs. Each control wire shall be labeled at each end with a preprinted, tube type or heat-shrink type wire marker, or shall be color coded. Screw type terminal strips shall be provided and suitably identified for termination of field wire control circuits. Submittal drawings shall include wire identification and terminal numbers. Control terminal blocks shall be rated 300 volts minimum and shall Lift Station Pump Control Panel 40 90 04-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 provide four unidentified spare sets. Incoming power terminals shall be lug type rated 600 volts minimum. Separate bare copper ground lugs shall be provided for incoming and pump ground wire. All wiring shall be neatly tie-wrapped and secured. I. Legends and Nameplates: Provide an appropriately engraved laminated plastic nameplate for each control device in panel and on panel exterior door. Legend plate indicating the operating function of pilot devices (START, STOP, RESET etc.) shall be aluminum with black background and white lettering. Nameplates indicating the controlled device shall be black laminated plastic 1/2 inch wide with 1/4 inch white engraved lettering. Nameplates identifying the control panel and mounted on the exterior door shall be black laminated plastic one inch wide with 3/8 inch white lettering. Legends shall be mechanically attached with the pilot device. K. Field Wiring: Panel shall include terminal strip for field I/O wiring for the following: a. 4-20ma Wet Well Level signal. b. 4-20ma Pump P1 output speed signal. c. 4-20ma Pump P1 output speed signal. d. 4-20ma Pump P1 output speed signal. e. Pump P1 Start/Stop signal f. Pump P2 Start/Stop signal g. Pump P3 Start/Stop signal h. HOA Aux input contacts from motor Starter No. 1 i. HOA Aux input contacts from motor Starter No. 2 j. HOA Aux input contacts from motor Starter No. 3 k. Pump P1 Motor Starter Fault Input l. Pump P2 Motor Starter Fault Input m. Pump P3 Motor Starter Fault Input n. Pump P1 Run Status Input o. Pump P2 Run Status Input p. Pump P3 Run Status Input L. Enclosure: Control panels shall conform to NEMA 4X Standards and be constructed of fiberglass-reinforced polyester-resin. Backpanels for mounting components shall be aluminum. Panels shall have Operator Interface Terminal installed in the exterior door. The panel shall be sized as required to contain all required components. 2.02 CONTROL PANEL A. Lift Station Pump Control Panel: 1. Nema 4X Fiberglass Enclosure 2. Programmable logic Controller 3. Operator Interface Terminal Lift Station Pump Control Panel 40 90 04-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 4. Circuit Breakers for additional devices 5. Surge Arrestors 6. Wireway 7. Auxiliary Relays 8. Name Plates as required 9. Wiring terminal blocks 2.03 CONTROL SEQUENCE A. Contractor shall initiate meeting with Owner to discuss sequence of operation prior to programming. Basic control scheme is as follows: 1. Each lift station pump shall be controlled by a HAND-AUTO-OFF switch located in Pump’s motor starter panel. In the “HAND” position the motor shall run continuously, regardless of wet well level. In the “OFF” position pump shall not run and be removed from the pump lead/lag alternating sequence. In the “AUTO” position, each pump shall be controlled by the PLC and level sensor in wet well. 2. As the level in the wet well increases to setpoint the Lead Pump shall start and shall ramp speed as level increases. As level increases and reaches first lag set point, the first Lag Pump shall start. Both Lead & Lag Pumps shall decrease to a setpoint speed and begin to ramp speed as level increases. When 2nd lag is reached, 2nd Lag Pump shall start and all (3) pumps shall decrease speed to a setpoint speed and begin to ramp speed as level increases. 3. All start set points for Lead pump, first Lag pump and Second lag point shall be adjustable on the Operator Interface Terminal located on pump control panel. Deadband set point is used for cut off for all three pumps. Deadband is set to 2 ft. 4. Control system shall remove a pump from sequence when pump HOA is not in AUTO position or if pump starter has gone into Fault mode. 4. Wet well descend is the opposite of the above. 2.04 WET WELL LEVEL SENSOR A. Wet well level sensor shall be submersible liquid level transitter. 1. 4-20Ma 2. Hastelloy Case 3. Rated IP68 4. Ranges: 100in. wc to 100 psi. B. Manufacturer shall be Wika LS series. No subsitutions. Lift Station Pump Control Panel 40 90 04-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 PART 3.0 EXECUTION 3.1 INSTALLATION: A. Control panels shall be installed as indicated on drawings and as specified herein. Any deviation from such must be approved by the Engineer. 3.2 STARTUP AND FIELD TESTING: A. General: The equipment manufacturer shall furnish the services of a qualified factory field service engineer for one 8-hour working day at the site to inspect the installation and instruct the Owner's personnel on the operation and maintenance of equipment. The qualifications of the field service engineer are subject to the approval of the Engineer. B. Installation Inspection: After the motors have been completely installed and wired the contractor shall: a. Test PLC ramping speed of pumps. b. Confirm wet well signal. c. Confirm full sequence of operation in all modes. During this initial inspection, the manufacturer's service representative shall review recommended operation and maintenance procedures with the Owner’s personnel. Any defects or improper operation shall be corrected by the Contractor at no additional cost to the Owner. 3.3 OWNER WITNESS OF FIELD TESTING: A. Control sequence shall be tested prior to Owner’s witnessing of function test. Contractor shall notify Owner three (3) days prior to witness test. 3.3 PANELS A. Labeling 1. Enclosures: Labels shall be provided for each control panel as specified herein and on drawings. 2. Control devices: Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire. Lift Station Pump Control Panel 40 90 04-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. Wiring: All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat-shrink type or write-on adhesive type. Single digit individual markers shall not be used. Wire numbers shall be in accordance with the approved schematic drawings. C. Voltage warning signs 1. Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor equipment shall be furnished and mounted by the supplier of the equipment. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 2. Multiple source signs: Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4” high engraved lettering. "CAUTION: Energized wiring from sources is contained in this unit. END OF SECTION SCADA System 40 94 30-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 SECTION 40 94 30-T – SCADA SYSTEM PART 1 – GENERAL 1.01 SCOPE A. The Control System Integrator shall work directly for the General Contractor. The Control System Integrator will be responsible for purchasing all equipment required for a SCADA system panel for the purpose of monitoring plant systems as indicated on drawings. New unit shall interface with existing plant SCADA RTU on site. B. The Control System Integrator shall provide all required control equipment, level transmitters, float switches, SCADA panel enclosures, software, and all necessary appurtenances to provide a fully functional system. C. Electrical controls, switches, conduits, relays, starters, wiring, and related appurtenances required for operation of the equipment shall be of the highest quality with regard to materials and workmanship, and shall be furnished and installed under Division 16 of these specifications. D. Wiring shall be installed in compliance with all applicable codes and in accordance with the recommendations as set forth by the supplier of the equipment under this section. E. In order to insure compatibility between all instrumentation components and equipment, it shall be the responsibility of the control system integrator to coordinate all interface requirements with the existing hardware and to furnish and install all signal isolation devices as required. F. All digital signals shall be protected from surges of all field wiring with suitable surge suppression devices as recommended by the equipment manufacturer to protect his/her equipment. 1.02 CONTROL SYSTEM INTEGRATOR QUALIFICATIONS A. The integrator shall be engaged full time in the design and manufacturer of PLC based control systems. The integrator shall have documented experience in the municipal water and wastewater market during the past three years. B. The integrator shall maintain a local office within 100 driving miles of the project site for the past year. This office shall be equipped with programming equipment, and staffed with a minimum of four individuals capable of performing routine maintenance, trouble shooting, and field programming changes on the proposed PLC control systems. C. The control system integrator shall be a Phoenix Contact authorized “Solution Provider” or “System Integrator”. SCADA System 40 94 30-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. The control system integrator shall have a panel shop located at their main facility and shall be able to obtain a UL listing for all control panels. 1.3 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the control panels. Partial submittals of drawings or data will not be acceptable. No part of the panels shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. A. Outline drawings showing equipment arrangement, dimensions and weight. B. Descriptive bulletins and catalog information on all components sufficient for the Engineer to determine whether the proposed item is in compliance with the drawings and specifications. C. Manufactures data sheets on major components provided. D. Elementary (schematic) ladder diagrams for each control circuit showing device and terminal block numbers and all wire numbers. E. Wiring diagram showing the relative physical location of all items in the panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires, F. Interconnection diagrams shall be furnished by the supplier of the control panels. These drawings shall show the interconnection field wiring between the control panel and any remote equipment, panels, devices, operator interfaces etc. The interconnection drawings shall show the termination of this wiring both at the control panels and at the remote location. These drawings shall also show wire numbers, terminal block numbers, wire groupings in conduits and conduit numbers corresponding to those used on the plan drawings. G. Material list - listing the quantity, manufacturer, rating, type, and manufacturer’s catalog number of all components in the panel. H. Sample graphic HMI Screens. 1.4 PROJECT STAFFING 1. Project Manager: a. The Project Manager shall oversee all aspects of the proposed system. b. The Project Manager shall be the primary contact for the Owner and Engineer. c. In addition, the Project Manager shall be on site during the start-up and testing period for the proposed control system. SCADA System 40 94 30-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 d. The project manager shall be located in the integrators local office. e. Prior to power being applied to any control devices, the Project Manager shall send the Owner and Engineer a letter indicating that the Project Manager has reviewed the work and is satisfied that the installation is in accordance with the Shop Drawings, equipment manufactures recommendations, good industry practices, and the NEC. 2. Programmers: a. All Programmers shall have a minimum of 5 years experience in PLC and HMI programming. b. All Programmers shall documented experience with writing PLC code. c. All Programmers shall documented experience writing code for the subsystem that they are programming. Client references will be required along with examples of the code showing proper documentation and logical process flow. 3. Service Technicians: a. All Service Technicians shall have a minimum of a 2 year Associates Degree in some field related to computers or electrical maintenance. b. All Service Technicians shall have a minimum of five years of experience in PLC systems and HMIs. c. All Service Technicians shall be capable of programming the proposed PLCs. d. Service Technicians shall show proficiency in using the following equipment: volt meters, oscilloscopes, PLC programming software, HMI configuration tools. 1.5 RESPONSIBILITY AND COORDINATION A. It shall be the responsibility of the Integrator to furnish, install and place in successful operation a completely integrated SCADA system for monitoring of the facility’s data points. All requirements for the system to be furnished shall be as defined in the plans and specifications shall be considered together and neither shall be considered complete without the other. The contractor shall be responsible for all details, which may be necessary to properly install, adjust and place in operation the complete installation. The contractor shall assume full responsibility for additional costs, which may result from any unauthorized deviation from the Contract Documents. B. As part of this responsibility, a single control system integrator shall be required to perform all work necessary in order to select, furnish, supervise installation and connection of, calibrate, test and place into successful operation all sensors, instruments, alarming equipment, all monitoring panels, and all components of the plant monitoring and control system required under this contract. 1.6 ADDITIONAL INTEGRATORS SERVICES A. The Integrator shall include 40 hours of additional onsite configuration and screen development for use during the construction of the control system in their base bid. SCADA System 40 94 30-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 These hours shall be used as directed by the engineer or the owner to add additional screen comments and configuration as required. 1.7 CONTROL SYSTEM GUARANTEE The Contractor and Integrator shall guarantee that the materials and workmanship of the equipment furnished are free from defects for a period of one (1) year from date of substantial completion of the project. 1.8 ADDITIONAL REQUIREMENTS A. Training 1. The Contractor shall require that the instrumentation and control system integrator plan, schedule and conduct a thorough and comprehensive training program designed to meet the general and specific needs of the Owner’s operating and maintenance personnel. The training program shall include training on the completed system at the Owner's plant site. 2. Training, except that conducted during start-up and maintenance visits by service technicians, shall be conducted by professional training specialists employed by the instrumentation and control system integrator. 3. As a minimum the integrator shall provide one (1), four hour class for the plant operators for operational training. B. Integrator's Data and Drawings 1. The control system integrator shall submit a minimum seven (7) complete sets of the following information for the Engineer's approval: a. Point - to - Point Wiring Drawings. b. I/O Loop Drawings c. Dimensional drawings, wiring and drawings for field mounted equipment d. Equipment specification sheets e. For all control panels: fabrication and nameplate legend drawings and internal wiring schematic drawings. f. Systems schematic drawings illustrating all components being supplied complete with electrical interconnections. g. Computer input/output lists and a written description of the control strategy to be applied to the various process areas as applicable. h. For process computer systems: system block diagram and control room layout drawings. 2. Although a complete submittal is preferable and desirable, it shall be permissible for the integrator to submit only part of the above information first in the interest of accelerating the submittal process. A partial submittal shall SCADA System 40 94 30-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 only be furnished upon approval by the Engineer. A partial submittal shall include at least the following: a. Equipment data sheets. b. Panel fabrication drawings. 3. After approval, the integrator shall furnish seven (7) complete bound sets of the above information plus the following: a. Individual Operating and Maintenance Manuals. b. Bulletins for each piece of equipment furnished. c. Complete spare parts list for each piece of equipment. PART 2 – PRODUCTS 2.1 GENERAL A. Provide all components for a complete and operational system. Specifications and drawings call attention to certain features, but do not purport to cover all details entering into design of the Supervisory Control System. The completed system shall provide all functions and interfacing requirements as necessary. B. All equipment furnished shall be the manufacturer’s latest and proven design. All control components and communication devices furnished shall have been in field service for at least one year and in production for at least two years. C. Each major component of equipment including, but not limited to, control devices, communication devices, and power supplies, shall have the manufacturer’s name, address, and catalog number on a nameplate securely attached to the equipment in a conspicuous location. 2.2 PROGRAMMABLE LOGIC CONTROLLER A. General: All PLC equipment for new RTUS shall be Phoenix Contact. No exceptions shall be allowed. B. All manufacturers of all proposed control equipment for this project must maintain a stocking distributor within 100 miles of the project site, which will provide warranty and replacement for all equipment. The local stocking distributor shall maintain a factory trained sales engineer who is capable of providing training and trouble shooting on all supplied PLC equipment. Furthermore the local stocking distributor must be involved in the project startup in order to familiarize the owner with the warranty equipment replacement procedures. C. Environmental Conditions: All PLC equipment installed on this project shall be capable of operating at a relative humidity of up to 95% non-condensing and shall be capable of SCADA System 40 94 30-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 operating in a temperature ranging from 0 to 50 degrees Celsius. No special environmental enclosures shall be required to meet these environmental conditions. D. Surge Protection: All I/O modules shall have integral surge protection equipment capable of meeting or exceeding IEEE-472 and ANSI C37-90A, latest edition. All I/O points shall be provided with DIN rail mounted MOV surge protection. In addition all 4- 20 mA signals shall be provided with loop powered isolators and surge protection. E. Equipment Mounting: All PLC equipment installed on this project site shall be rack mounted. The rack shall provide a common communication buss between adjacent PLC modules as well as power. F. I/O Modules: Each I/O module shall contain a status light to indicate the modules current communication status with the CPU and current status of all I/O functions. All analog I/O modules shall provide an accuracy of 99.9%. G. Power Supplies: The PLC shall operate with an electrical service of 120 VAC single phase in the frequency range of 47 to 63 Hz. The power supply shall automatically shut down the PLC whenever its output current is detected as being excessive. H. Program Storage: The PLC shall store its program in double E-prom backup RAM type storage. The memory shall be capable of storing the program for 24 months under worst-case conditions. I. Warranty: The PLC manufacturer shall provide a 3-year factory warranty covering full replacement of the proposed PLC equipment. J. All hardware shall be installed in free-standing or wall-mounted enclosure sized for the amount of equipment installed in them and appropriate for the environment they are installed in. All enclosures shall be equipped with a copper ground bus, mounted on the backplate. The ground bus shall be provided with a suitable connectors sized for #20 AWG through 2 AWG copper cable. All equipment in the enclosures shall be complete with all interconnecting wiring required, wired to terminals and connected to a UPS supplied 120-VAC and the communications equipment. Enclosure shall be provided with terminal strips, and wireway for both panel and field wiring terminations. Contractor shall provide a minimum of 20% spare terminal capacity for each I/O module, power and network communications. 2.3 UNITERRUPTIBLE POWER SUPPLY (UPS): A. Uninterruptible power supply shall provide 30 minute standby 120-VAC power for all Contractor-provided SCADA equipment at each Station, including all HMI and station PLC equipment. 1. The uninterruptible power supply shall have the following features: SCADA System 40 94 30-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 a. Input – 120 VAC. b. Output - 120 VAC: Regulated to plus or minus 3 percent. Output shall consist or not less than three duplex receptacles (six receptacles). c. No-Break Power: The supply shall not allow any break in output power, regardless of what happens to the input power. Switching is not permitted. d. Lightning and Surge Protection: Passes ANSI-IEEE C62.41 Categories A & B. UL listed. e. Spike Attenuation: 2000:1. f. Voltage Regulation: Output voltage regulated to plus or minus 3 percent. g. Output Waveform: Computer-grade sine-wave, less than 5 percent THD. h. Noise (RF) Isolation: 120 dB common mode, 60 dB normal mode. i. Output Protection: Current-limiting ferroresonant transformer. j. Efficiency: 90 percent minimum, on line. k. Audible Noise: 57 dB maximum, on line. l. Network interface. m. Self-diagnostics and notification capabilities. 2.4 WALL MOUNTED ENCLOSURES A. Enclosures shall be NEMA 4X rated and manufactured from stainless steel. B. Enclosure shall have external mounting feet, and shall have a 316L S.S. hasp and staple for padlocking. Enclosures shall have a continuous hinge and quick release latches. C. Enclosures shall have a minimum depth of 12 inches as measured from the mounting feet to the front face of the cabinet. D. Acceptable enclosure manufacturers are Hoffman, Rittal, or approved equal. E. Provide a padlock for each enclosure keyed to match master key provided by Owner. Padlocks shall have removable cylinders to allow padlock to be re-keyed, hardened alloy steel shackles, and hardened locking levers. Padlocks shall be Master brand. F. Provide a compression-type grounding lug on backpanel. SCADA System 40 94 30-T - 8 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.5 TVSS PROTECTORS A. 120V power line TVSS protectors: Equipment connected to ac circuits shall be protected from power line surges. Protection devices shall have hybrid suppression circuitry and emi/rfi noise filtering. Equipment shall meet the requirements of UL 1449 and IEEE C62.41 Category A and B . Protectors shall be Leviton, model 51010-WM or approved equal. B. Communication Device Surge Arrestors: All communications equipment shall be protected against surges induced on any communications link. Surge protection shall meet IEEE 472- 1974 and C37.90-1978 (rev. 1983). C. Panels components shall meet the following requirements: 1. Terminal strips shall be installed for wire terminations and shall be double level type as manufactured by Entrelec, Phoenix, or approved equal. All terminal blocks shall be labeled using the manufacturer’s standard plastic machine-printed snap-in labels designed to fit the terminal block. Printed labels shall denote terminal strip numbers and shall match numbers shown on shop drawings, O&M manuals and wiring diagrams. Hand written labels will not be accepted. Install a minimum 25% spare terminal strips for each type terminal strip indicated on the drawings. 2. Provide a separate D.C. power supply providing regulated D.C. power sources. Power supplies shall be sized to source all panel and field hardware burden plus fifty percent. Input of all power supplies shall be protected with DIN-rail mounted circuit breakers sized for 125% of Load. In no case shall any AC or DC power supply output exceed 10 Amperes. Power supplies/converters shall have an input to output efficiency rating exceeding 85%. Power supplies shall have an operating temperature range of -20 ° to 70 ° C. The drawings and specifications indicate the energy sources that will be provided. Any other devices or power supplies necessary to obtain proper operation of the supervisory control system or instrumentation from these energy sources shall be provided with the control panels. 3. A print pocket shall be provided in the panel and shall contain a 11"x17" control schematic and a 11"x17" wiring diagram or diagrams. The wiring diagram shall contain all wire numbers, device names and terminal numbers. Drawings shall be laminated in clear plastic for preservation of the drawings. 4. Control relays shall be NEMA rated triple pole double throw, UL listed, with contacts rated 10A inductive, 240V, enclosed in a dust proof clear plastic enclosure. Provide an integral LED light indicator which is lit when coil is energized and is off when coil is not energized. Relay shall be blade based socket type, plug in to a DIN rail mounted fixed base with spring wire relay retainer, and be replaceable without need of tools or removing wire. Control relays shall be IDEC RH series relays or approved equal. 5. Timing relays in the control panels shall be digital timer relays and shall be programmable for different timing ranges and timing modes. Timing range shall be 0.1 second to 60 minutes. Relays shall provide a mode that pulses on for a preset ON time and remains off for a preset OFF time, and repeats the cycle continuously. Timing relays shall be for 120 SCADA System 40 94 30-T - 9 Whitecap WWTP UV Disinfection System Upgrade – E10179 VAC operation and shall be Allen Bradley 700-HX86SA17 with screw terminal mounting socket and restraining strap. 6. Pushbuttons and rotary switches shall be Square D Class 9001 or approved equal. 7. All switches and panel inserts shall include gaskets to seal against entry of dust and moisture into the panel to preserve the rating of the enclosure. PART 3 – HUMAN-MACHINE INTERFACE (HMI) A. The existing Human-Machine Interface (HMI) software currently installed on Owner’s SCADA system is based on National Instruments Lookout. Owner currently has (2) sites (One Master and one redundant) used to monitor all Wastewater Treatment plants and lift stations . This contract will modify existing screens. The Contractor shall visit existing Master Site to inspect existing system and discuss requirements with Owner. Contractor shall be responsible for providing all necessary programming and configuration as required to add I/O to the existing database and to provide the necessary HMI screens to monitor the I/O points in this project. The Control System Integrator shall be required to submit the proposed HMI screens to the Engineer and Owner for approval a minimum of four weeks prior to site testing. The graphics for the new HMI screens shall be dynamic and shall closely represent the existing Whitecap WWTP HMI screens. A sample of existing screen shot is provided at the end of this section. B. All available functions represented on the screens shall be easily identified. The Operator shall not be required to navigate multiple levels of menus to view a screen. C. All new alarms on the project shall be added to and displayed in the existing alarm summary page. The Integrator shall coordinate with the Owner when configuring the system alarms and subsequent actions (i.e. dialing out alarms to pagers and/or phones). PART 4 – SCADA A. The owner’s existing Office located on Holly Road and Greenwood Wastewater treatment plant site currently serve as the master and redundant polling site for the existing SCADA system. These sites are responsible for polling the existing Laguna Madre WWTP RTU-1005 in contract. B. This project shall include a new SCADA RTUs 1006-3, 1006-4, and 1006-5. RTU 1006-5 shall be installed at site configured to communicate with the existing SCADA RTU 1006 that currently communicates wirelessly to the (2) Master sites. RTU 1006 will require replacement of existing PLC and configuration to communicate with existing MDS radio and new Phoenix radio. Contractor shall include all required software, drivers, and hardware required to add a new RTUs to the plant and integrate with existing RTU for fully functional system. C. The integrator shall be responsible for testing communications on existing RTU to master sites to ensure data transfer. NOTE: It is assumed by Owner that existing RTUs are currently functional. Any discrepancies in existing communication system shall be brought to Owner’s attention. SCADA System 40 94 30-T - 10 Whitecap WWTP UV Disinfection System Upgrade – E10179 PART 5 - EXECUTION 5.1 CONTRACTOR'S RESPONSIBILITY The Contractor shall coordinate the control system integrator during construction, testing, start- up, calibration and acceptance of the instrumentation and control system. The Contractor is responsible for a complete and fully operational instrumentation and control system. 5.2 GENERAL INSTALLATION A. The Instrumentation and control system, peripherals, and accessory equipment shall be installed in accordance with the equipment manufacturer's instructions and located as shown on the Contract Drawings or as approved by the Engineer. B. The Contractor and control system integrator shall investigate each space in the building through which equipment must pass to reach its final location. If necessary the control system integrator shall be required to ship the components in sections, sized to permit passage through such areas. The Contractor shall also investigate space and allocated access (front, rear, side). C. The Contractor shall coordinate the installation, placing and location of system components, their connections to the process components, panels, cabinets and devices, as required to complete the work subject to the Engineer's approval. The Contractor shall be responsible to insure that all field wiring for power and signal circuits between existing devices, the proposed control system are correctly done in accordance with best industry practice to insure a satisfactory functioning installation. D. As this is an operating plant, the treatment facility must be fully operational at all times. All work shall be coordinated with the treatment plant personnel. 5.3 TESTS AND ACCEPTANCE A. The Engineer and/or Owner shall witness Factory Acceptance Tests, On-site Operability Tests and System Acceptance Tests. Contactor shall notify all parties to schedule such witnessing of tests. B. The integrator shall stage SCADA Equipment, PLC control panels,, and HMI hardware and software for a full factory acceptance test at the integrators facility. During the factory acceptance test, the owner and engineer shall be able to simulate any I/O and verify the operation of all loops. SCADA System 40 94 30-T - 11 Whitecap WWTP UV Disinfection System Upgrade – E10179 5.4 INSTALLATION A. All equipment and devices for the instrumentation and control system shall be installed in the locations shown on the drawings, in accordance with the manufacturer's recommendations, and in compliance with the requirements of these specifications. B. The control system integrator shall provide assist in the installation, testing, calibration and start-up of the instrumentation and control equipment. The control system integrator shall provide the necessary time to ensure all systems are installed properly, tested and fully operational. C. During the work, the Contractor shall keep the treatment plant in operation and be fully functional at all times. The proposed instrumentation and control system shall be installed, tested and operating properly before the existing system is taken out of service. 5.5 FIELD ACCEPTANCE TESTS A. No power shall be activated to any part of the instrumentation and control system until the Engineer receives a written certified statement by the system supplier that the installation is complete and ready for energizing. The Contractor is responsible for proper coordination and scheduling, and any damage to the instrumentation and control system. B. After the installations are completed, the Contractor through the control system integrator, shall test each component of the instrumentation and control system. After all systems are operating properly, the Contractor shall notify the Engineer and demonstrate the full operation of the system. The Contractor shall make all necessary adjustments and correct or replace faulty equipment to the satisfaction of the Engineer. 5.6 FIELD CALIBRATION A. All instrumentation and controls shall be calibrated in the presence of the Engineer in accordance with the manufacturer's instructions to the accuracy specified. B. The Contractor shall provide field calibration as necessary until the project is considered Substantially Complete by the Engineer. PART 6 – AS-BUILT DOCUMENTATION The control system integrator shall provide the Owner with a complete set of AutoCAD 2012 control drawings for the project. These drawing shall include panel layout, wiring diagrams and loop sheets. The drawings shall indicate all wiring numbers. In addition the contractor shall provide detailed documentation of all computer code developed for this project. This documentation shall include but not be limited to: written descriptions, comments in PLC code, SCADA System 40 94 30-T - 12 Whitecap WWTP UV Disinfection System Upgrade – E10179 and HMI scripting. In addition the contractor shall provide both paper and electronic copies of all software developed for this project including but not limited to: PLC code, HMI code, custom I/O driver, etc. END OF SECTION 13950 SCADA System 40 94 30-T - 13 Whitecap WWTP UV Disinfection System Upgrade – E10179 SAMPLE OF EXISTING HMI GRAPHIC SCREEN Operator Interface 40 94 33-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 40 94 33-T OPERATOR INTERFACE TERMINAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. References: 1. NFPA 70 (NEC) 2. UL508 3. EN61131-2 4. IEC 61000-6-2 5. FCC (Class A) 6. UL 1604 7. CSA C22-2 #14 8. ANSI/NEMA ICS 6 9. API RP550 10. ISA S5.4 11. IAS S20 12. ISA S50.1 13. ISA S51.1 1.2 SUMMARY A. This Section includes Human Machine Interface Terminals and associated configuration software for control and visualization of process equipment, process-oriented machinery, and process systems. B. Related Sections include the following: 1. Section 40 94 43 Programmable Logic Controllers 2. Section 40 90 04 Lift Pump Control Panel 1.3 DEFINITIONS A. AI: Analog Input B. AO: Analog Output Operator Interface 40 94 33-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Control Panel Designer: A firm or individual that is responsible for designing the layout of control panels. This entity will choose the devices to be included in the panel, and will decide on the actual layout. D. CPU: Central Processing Unit E. DI: Digital Input F. DO: Digital Output G. I/O Input and/or Output H. OIT: Operator Interface Terminal: A terminal usually embedded in a control panel that allows the operator to view and modify control system parameters. Operator Interface Terminals are not capable of running commercially available software. I. PID: Control action, proportional plus integral plus derivative. J. PLC: Programmable Logic Controller. 1.4 SUBMITTALS A. Product Data: B. Operator Interface Terminal supplier shall be responsible for providing accurate and complete submittals in a timely fashion so as to not cause delay to the project schedule. C. Once submitted, Operator Interface Terminal suppliers shall not proceed with their associated work until the reception of submittals marked as “Approved” or “Approved as noted”. D. Operation and Maintenance Data: Provide for each Operator Interface Terminal component literature detailing routine maintenance requirements (if any). 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer shall have, within 100 miles of Project site, a facility, system integrator, or panel shop capable of providing training, parts, and coordination of emergency maintenance and repairs. B. Source Limitations: 1. All Operator Interface Terminals shall be from a single manufacturer. 2. Operator Interface Terminals shall be from the same manufacturer of the PLC and power distribution equipment. 3. To prevent possible collusion, the Operator Interface Terminals shall not be shall not be manufactured by the same company that manufacturers water process equipment specified in this project. Operator Interface 40 94 33-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with NFPA 70. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver Operator Interface Terminals in packaging designed to prevent damage from static electricity, and physical damage. B. Store Operator Interface Terminals according to manufacturers’ requirements. As a minimum, store indoors in clean, dry space with uniform temperature to prevent condensation. Protect Operator Interface Terminals from exposure to dirt, fumes, water, corrosive substances, and physical damage. Also, protect the Operator Interface Terminals from all forms of electrical and magnetic energy that could reasonably cause damage. 1.7 PROJECT CONDITIONS A. Environmental Limitations: Rate equipment for continuous operation, capable of driving full load without derating, under the following conditions, unless otherwise indicated: 1. Ambient Temperature: 0 to 50 deg C. 2. Humidity: Less than 85 percent (non-condensing). 3. Altitude: Not exceeding 2000 meters (6500 feet). 1.8 PRODUCT PROTECTION A. Control panel designer supply independent line fuses or circuit breakers, per the manufacturers’ recommendation, for each Operator Interface Terminal. B. Control panel designer shall insure that communication signals are properly conditioned for the Operator Interface Terminal and protected from all sources of radiated energy or harmonics. 1.9 SPARE PARTS A. Furnish spare parts as described below for each type of Operator Interface Terminal. Material shall be packaged for long term storage and identified with labels describing contents. Coordinate with each Operator Interface Terminal based control panel vendor to optimize the amount of spares provided. 1. Provide a spare memory card for each Operator Interface Terminal. Operator Interface 40 94 33-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 2. Provide Five (5) spare fuses for each type of Operator Interface Terminal PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Qualified Manufacturers: 1. Only manufacturers that have been selling Operator Interface Terminals for a minimum of 10 years will be considered acceptable. C. Basis-of-Design Product: Schneider Electric; Magelis Operator Interface Terminals. 2.2 TRADITIONAL OPERATOR INTERFACE TERMINALS A. GENERAL: 1. All of the Operator Interface Terminals shall comply with the following general requirements as a minimum. a. Certifications: The Operator Interface Terminal will have certifications by CE, CSA, UL Class 1 Division 2 T4A or T5 (UL and CSA), and C-Tick b. Power Supply: The Operator Interface terminal will have a nominal voltage of 24VDC with a range of 19.2-28.8Volts DC. The power supply will have a voltage cut of </= 10milliseconds maximum and an Inrush current of </= 50A Maximum. Connection of power will be via a 3 terminal screw terminal block. This block will be pitched at least 5mm, and will have a tightening torque of 0.5Nm. c. Real-time Clock: All Operator Interface Terminals shall have a built-in real-time clock. d. Visual Diagnostics: Visual diagnostics shall comply with the following. 1) For screens smaller then 6 inch, screen status shall be displayed on the LCD display. 2) For screens larger the 6”A single LED visible from the front panel, without the need to open the control panel door, will be used to indicate status of the terminal. The LED will be green during normal operation, orange if the back-lighting is faulty, and red under various fault conditions. 3) Units using multiple LEDs, or LED’s visible from the back of the unit will not be acceptable. e. To protect the municipality’s ability to competitively bid future projects, the Operator Terminal shall utilize Ethernet networks that are available for multiple vendors. Ethernet protocols shall either use Port 502 or be supported by the Open Device Net Vendors Association (ODVA). Conversion equipment to convert a non compliant Ethernet protocol will not be accepted. Operator Interface 40 94 33-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. ENVIRONMENTAL REQUIREMENTS: 1. All of the Operator Interface Terminals shall be capable of withstanding the following criteria as a minimum. a. Temperature: The Operator Interface Terminal shall be rated to operate in a range of 0-50º C. (32-122 º F.). The unit shall be able to withstand a range of -20- 60º C. (-4-140 º F.) while in storage. b. Relative Humidity: The Operator Interface Terminal shall be capable of handling a minimum of non-condensation humidity of 0-85%. c. Altitude: The Operator Interface Terminal shall be designed to operate between 0-6500 feet above sea level minimum without derating. d. Degree of Protection: The Operator Interface Terminal shall have a front panel rating of IP 65 and conform to IEC 60529. This rating shall be a NEMA 4X rating suitable for indoor use only. The back panel rating shall be IP 20 and conform to IEC60529. e. Shock Resistance: The Operator Interface Terminal shall conform to one of the following 1) IEC 60068-2-27; Semi-sinusoidal Pulse for 11ms, and 15gn on 3 axes. 2) IEC 61131-3; 15gn 11ms f. Vibration: The operator Interface Terminal shall conform to one of the following 1) IEC 60068-2-6. The Terminal shall be capable of 5-9Hz at 3.5 mm, and 9- 150Hz at 1g. 2) IEC 61131-3; 1gn 5Hz to 150Hz (maximum 3.5 mm (0.13 in.)) g. Electrostatic Discharge: The Operator Interface Terminal shall conform to one of the following 1) IEC61000-4-2, level 3. 2) 6 kV direct contact, or 8Kv air contact h. Electromagnetic Interference: The Operator Interface Terminal shall conform to one of the following 1) IEC 61000-4-3, 10 V/m. 2) 10 V/m / 80 MHz to 2.7GHz Sinus amplitude modulated 80 % 1 kHz + Internal clock frequency C. OPERATOR INTERFACE TERMINAL 1. Operator Interface Terminal: a. A color STN screen with 4096 solid colors. The screen shall have a 640x480 pixel (VGA) resolution, with a backlighting service life of 50,000 hours of continual usage. There shall be an embedded analog touch sensitive zone with a resolution of 1024x1024. The screen shall have eight (8) levels of brightness, and eight (8) levels of contrast via tactile feedback. 2. Primary Memory: The Operator Interface Terminals shall have a 32Mb flash EPROM memory, and a Compact Flash expansion memory slot. The Compact Flash slot shall be capable of handling cards up to 1GB. 3. RAM: The Operator Terminal shall be supplied with lithium batteries to back up 512Kb SRAM. 4. Communication Ports: The Operator Interface Terminals shall have an RJ-45 port, and an integral 9-way male SUB-D connector, dedicated to serial communications shall be provided. The 9-way SUB-D connector shall support RS232/RS485 Communications. Operator Interface 40 94 33-T - 6 Whitecap WWTP UV Disinfection System Upgrade – E10179 The RJ-45 port shall support RS485 communications Additionally, two (2) type A host USB connectors shall be provided for application downloading and peripheral use. Furthermore, the terminal will be supplied with an integral RJ-45 port dedicated to 10BASE-T/100BASE-TX Ethernet TCP/IP communications. Operator Interface Terminals relying on the same port for communications and downloading shall not be acceptable. 5. Communication Protocols. The Operator Interface shall be supplied with Modbus, Modbus TCP/IP, EtherNet IP. D. MANUFACTURER 1. The basis of design is the Schneider Electric Magelis XBT-GT terminal series. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas, surfaces, and substrates to receive Operator Interface Terminals for compliance with requirements, installation tolerances, and other conditions affecting performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLICATIONS A. Select Operator Interface Terminals based upon I/O, memory, communication, expansion, and other criteria. If multiple Operator Interface Terminal-based control panels will be supplied from different vendors, coordinate with other vendors to insure that Operator Interface Terminals are of identical brand and are equipped to utilize identical communication networks. 3.3 INSTALLATION A. Anchor Operator Interface Terminals within enclosures as recommended by the Operator Interface Terminal manufacturer. B. Provide spacing around Operator Interface Terminals as required by the Operator Interface Terminals manufacturer to insure adequate cooling. Insure that the air surrounding and penetrating the rear and sides of the Operator Interface Terminal has been ambiently conditioned to maintain the required temperature and humidity range of the Operator Interface Terminal. C. Wires entering and exiting Operator Interface Terminals shall be sized to comply with the manufacturers requirements. Operator Interface 40 94 33-T - 7 Whitecap WWTP UV Disinfection System Upgrade – E10179 D. During installation, upper ventilation slots shall be covered to prevent accidental debris entry. However, during normal operation ventilation slots shall not be blocked, or obstructed by any means. 3.4 IDENTIFICATION A. Identify Operator Interface Terminal components, and wiring according to all applicable codes, standards and contract document sections. 3.5 FIELD QUALITY CONTROL A. Field Service: The Operator Interface Terminal-based control panel supplier shall provide a qualified service representative to perform the following: 1. Inspect Operator Interface Terminal, wiring, components, connections, and equipment installation. Test and adjust supplied Operator Interface Terminals, components, and equipment. 2. Assist in field testing of equipment including pre-testing and adjusting of Operator Interface Terminals and its associated application program if necessary. 3. Report results in writing. B. DEMONSTRATION 1. Control panel supplier shall provide a qualified service representative to train Owner's maintenance personnel to adjust, operate, and maintain Operator Interface Terminals. Manufacturer’s standard training will be sufficient unless specified elsewhere. END OF SECTION 40 94 33 Programmable Controllers 40 94 43-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 40 94 43-T PROGRAMMABLE LOGIC CONTROLLERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. References: 1. NFPA 70 (NEC) 2. Programming Languages IEC 61131-3 1.2 SUMMARY A. This Section includes Programmable logic controllers for control of process equipment, process oriented machinery, and process systems. 1.3 SUBMITTALS A. Product Data: For each type of PLC include dimensions, mounting arrangements, and weights. Also include, manufacturer's technical data on features, performance, electrical ratings, characteristics, and terminal connections. B. Operation and Maintenance Data: Provide for each PLC component literature detailing routine maintenance requirements (if any). 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer shall have, within 100 miles of Project site, a facility, distributor, system integrator, or panel shop capable of providing training, parts, and coordination of emergency maintenance and repairs. B. Source Limitations: 1. Provide all PLCs from a single manufacturer. If the PLC manufacturer has authorized third party vendors to provide modules that are compatible with their platforms, then products manufactured by these authorized third party vendors will be acceptable. 2. To insure reliability and compatibility with all aspects of the control system, all PLC equipment shall be from the same vendor as the SCADA software, Operator Interface Terminals, and Power Distribution Equipment. C. Comply with NFPA 70. Programmable Controllers 40 94 43-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver PLC components in packaging designed to prevent damage from static electricity, and physical damage. B. Store PLCs according to manufacturers’ requirements. 1.6 SPARE I/O A. Each PLC will be sized to handle the required I/O plus a percentage of spares. When calculating spare I/O count, always round up. When configuring spare I/O counts, use the following criteria: 1. Analog Inputs (AI): Required for the PLC plus 15%. 2. Analog Ouputs (AO): Required for the PLC plus 15%. 3. Digital Inputs (DI): Required for the PLC plus 15%. 4. Digital Outputs (DO): Required for the PLC plus 15%. 1.7 SPARE PARTS A. Furnish spare parts as described below for each type of PLC. Material shall be packaged for long term storage and identified with labels describing contents. 1. I/O Cards: Provide as a minimum a spare of each type of card identified. Provide an additional spare for every 10 cards of a specific type installed. 2. Processors: Provide as a minimum a spare for each type of CPU identified. 3. PLC oriented Power Supplies: Provide as a minimum a spare of each type of power supply identified. Provide an additional spare for every 10 power supplies of a specific type installed. 4. Memory Cards: Provide as a minimum a spare of each type of card identified. Provide an additional spare for every 10 cards of a specific type installed 5. Specialty Modules: Provide as a minimum a spare of each type of module identified. Provide an additional spare for every 10 modules of a specific type installed PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Qualified Manufacturers: 1. Only manufacturers that have been selling PLCs for a minimum of forty years will be considered acceptable. Programmable Controllers 40 94 43-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 2.2 PROGRAMMABLE LOGIC CONTROLLERS A. GENERAL: 1. Description: A module based PLC designed for up to 8192 points of I/O. Each module shall have a limited amount of I/O, an ability to accept communication or processor card, and an integrated power supply for that module and communication or processor card. The PLC shall not require a chassis or rack. 2. The PLC shall: a. Collect data, perform process control functions, communicate with other PLCs, and distribute process information along the local area network. b. Be able to have its program downloaded from a remote workstation over a network, or locally programmed from a portable laptop computer. c. Allow for the expansion of the system by addition and configuration of hardware. 3. Executive firmware shall be stored in Flash memory and can be updated in the field using standard programming tools. Executive firmware files shall be readily available via a public web site. 4. Each discrete point shall have a light emitting diode to indicate point status. An illuminated LED shall indicate that the point is logic level “1”, also referred to as “on” or “high”. 5. The PLC shall utilize Ethernet protocols that meet the following: a. Protocols that are assigned to port 502 of the TCP/IP stack by the IANA (Internet Assigned Numbers Authority). b. Devices must utilize embedded web pages, or a physical means such as DIP switches, to be recognized and properly addressed on the network. Ethernet protocols that require network management software, or utilize configuration files that must be downloaded to Ethernet devices, for proper network addressing, and recognition are not acceptable. c. Will not rely on third party vendors to meet the above criteria. 6. Processor Features: a. Each processor shall have a RS-232 Modbus port for programming. Processor performance shall be rated at least 1ms/K. Acceptable processors are detailed below: 1) 512Kb of internal user RAM. Processor shall have a RS-232 Modbus port and an Ethernet port. 2) 512Kb of internal user RAM. Processor shall have a I/O bus port and an Ethernet port. 3) Stand alone processor with 512Kb of internal user RAM. Processor shall have a RS-232 Modbus port and a 4 Ethernet port. b. The PLC shall utilize a battery to protect the memory in the case of power loss. c. The PLC shall have on board status lights to indicate the following various functions: 1) Program execution 2) Communication status 7. I/O: The PLC modules shall have embedded I/O capability. Modules will be available that supports the following: a. Analog Inputs: All Analog input cards will offer isolation between channels. 1) Four (4) +/- 25mV, +/- 100mV, Pt100, Pt1000, Ni100, Ni1000, B, E, J, K, N, R, S, T differential input Programmable Controllers 40 94 43-T - 4 Whitecap WWTP UV Disinfection System Upgrade – E10179 2) Eight (8) +/- 10V or 0-20mA differential input. 3) Sixteen (16) +/- 10V or 0-20mA single ended input. b. Analog Outputs: All analog output cards will offer isolation between channels, 1) Four (4) channel +/- 10V, 0-20mA output c. Discrete Inputs: 1) Sixteen (16) channel sink 24VDC input cards 2) Sixteen (16) channel 120VAC input card d. Discrete Outputs: 1) Sixteen (16) channel 24VDC (0.5A/channel) solids state switch output card 2) Eight (8) channel 120VAC (0.5A/channel) output card. 3) Sixteen (16) channel 120VAC (0.5A/channel) output card. 8. Specialized I/O Cards: The PLC shall have a series of application specific I/O cards. These will be as follows: a. High speed counter card: Six (6) channels rated 24VDC at 10 KHz single ended, or Three (3) channels 5VDC at 200Khz differential. b. Combination Card with Six (6) 120 VAC inputs, and Three (3) solid state switch output. Card will include a Modbus port. 9. Communication Capabilities: Each base module will be capable of mounting a communication card. Cards will be available for the following protocols: a. Ethernet TCP/IP utilizing Modbus TCP protocol b. Modbus Plus c. Modbus d. Fipio e. Interbus-S f. Profibus g. DeviceNet 10. Option Adapters: The PLC shall have a series of option adapters to enhance the communication capabilities of the processors. The option adapters shall fit between the module and processor card. The adapter will fit in the same spot reserved for processor or communication cards. The option adapters will be available with the following configurations: a. Single Modbus Plus port b. Redundant Modbus Plus ports c. Single serial port with RS-232 or RS-285 configuration via software. 11. Power Supplies: Each module shall have an integral power supply. The modules shall be available in both 24 VDC and 115 VAC models. The power supply should be capable of powering the I/O and communication adapter; I/O and processor; or I/O, processor, and will be from 16 to 36W. B. PLC PROGRAMMING REQUIREMENTS: a. The system shall utilize either ProWorx, or Concept. C. PLC ENVIRONMENTAL REQUIREMENTS: 1. The PLCs must meet or exceed the following environmental requirements: a. Minimum temperature range: 1) Operating: 0-55 o C (+32 to +131 oF) 2) Storage: -25 to +70 o C (-13 to +158 oF) Programmable Controllers 40 94 43-T - 5 Whitecap WWTP UV Disinfection System Upgrade – E10179 b. Relative humidity: 30 to 95% non condensing. c. Altitude: 1) Operation 0-6,500 feet minimum 2) Storage 0-9,800 feet minimum d. Degree of protection: NEMA 1 (IP20) D. MANUFACTURER: 1. The basis of design is the Modicon Momentum or approved equal. PART 3 - EXECUTION 3.1 APPLICATIONS A. Select PLC based upon I/O, memory, communication, expansion, and system requirements. If multiple PLC panels from different vendors will be supplied, coordinate with other vendors to insure that PLCs are of similar brand and are equipped to utilize identical communication networks. 3.2 INSTALLATION A. PLC mounting shall be in accordance with manufacturers requirements. This includes anchorage within enclosures, spacing, wire sizing, and ventilation requirements. Before starting up, remove all temporary stickers used to cover ventilation holes. B. PLC lights, keys, communication ports, and memory card slots shall be accessible at all times. Lights shall be visible at all times when enclosure door is opened. 3.3 IDENTIFICATION A. Identify PLC components, and wiring according to all applicable codes, standards and contract document sections. B. Each I/O point shall be identified on the door of PLC I/O cards. C. DEMONSTRATION 1. Control panel supplier shall provide a qualified service representative to train Owner's maintenance personnel to adjust, operate, and maintain PLCs. Manufacturer’s standard training will be sufficient unless specified elsewhere. END OF SECTION 40 94 43 Division 41-T Jib Cranes 41 22 13-T - 1 Whitecap WWTP UV Disinfection System Upgrade – E10179 41 22 13.19-T JIB CRANES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install jib cranes and hoists at the locations specified in the schedules section. B. The monorail and structural steel supports for hoisting equipment shall be as shown on the plans and shall conform to applicable provisions in Section 05 12 00-T “Structural Steel” and Section 05 50 00-T “Metal Fabrications.” 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Jib Crane: a. Bushman Equipment Company, a Division of Badger State Gear Company. b. Gorbel. c. Approved equal. B. Factory Testing: Each hoist shall be factory tested before shipment with a load 25 percent greater than the rated capacity. C. Manufacturer’s Representative for Startup and Testing: The services of the Manufacturer’s technical representative shall be provided for pre-startup installation checks, startup assistance, training of Owner’s operating personnel, and troubleshooting. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. American National Standards Institute (ANSI). 2. American Society for Testing and Materials (ASTM) / ASTM International. 1.05 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this specification against defects in materials and workmanship and operational failure for a period of 2 years from the date of Owner acceptance. Jib Cranes 41 22 13-T - 2 Whitecap WWTP UV Disinfection System Upgrade – E10179 B. In the event of failure of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish, deliver and install the defective part or parts at the Manufacturer’s own expense. Manufacturer is also responsible for equipment removal, reinstallation and freight. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. Jib Crane: 1. The jib crane shall be motorized for rotation with a maximum angular velocity of 20- degrees per minute. 2. The jib crane shall have a rated lifting capacity as specified in the schedule, be mounted as shown in the design drawings, and have 360-degree rotation with height and boom length as shown on the plans. The jib crane shall be installed in accordance with the recommendations of the Manufacturer of the equipment as approved by the Engineer. 3. Wherever moving parts do not interfere, all flat surfaces shall be equipped with stainless steel bird spikes. B. Trolley Hoists: All trolley hoists shall conform to Section 41 22 23.26-T “Trolley Hoists.” 3.00 EXECUTION 3.01 PREPARATION A. Jib crane shall be prepared with SSPC-6 commercial blast, prime and top coating, and sufficiently protected from the harsh marine environment. Provide factory-applied protective coating suitable for corrosive atmosphere. Provide field touch-up in accordance with manufacturer’s recommendations. 3.02 INSTALLATION A. The cranes, hoists, and trolleys shall be carefully handled and installed in strict accordance with the Manufacturer’s recommendations. 3.03 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Owner and Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Owner and Engineer before final acceptance will be made by the Owner. Jib Cranes 41 22 13-T - 3 Whitecap WWTP UV Disinfection System Upgrade – E10179 3.04 SCHEDULES Location Minimum Rated Capacity Min. Height of Raised Hook Span UV Channel #1 1 Ton 9’7” 18’0” END OF SECTION Trolley Hoists 41 22 23.26-T - 1 Whitecap WWTP UV Improvements Project – E10179 41 22 23.26 TROLLEY HOISTS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install trolley hoists at the locations specified in the schedules section. B. The monorail and structural steel supports for hoisting equipment shall be as shown on the plans and shall conform to applicable provisions in Section 05 12 00-T “Structural Steel” and Section 05 50 00-T “Metal Fabrications.” 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: All hoists shall be from a single supplier. 1. Robbins and Meyers, Inc. 2. Dresser Industries, Inc. 3. Ingersoll-Rand. 4. Approved equal. B. Factory Testing: Each hoist shall be factory tested before shipment with a load 25 percent greater than the rated capacity. C. Manufacturer’s Representative for Startup and Testing: The services of the Manufacturer’s technical representative shall be provided for pre-startup installation checks, startup assistance, training of Owner’s operating personnel, and troubleshooting. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 “Submittal Register” and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standard shall apply as if written here in its entirety: 1. American National Standards Institute (ANSI) Standards: a. ANSI B30.16. 2. American Society for Testing and Materials (ASTM) Standards. 1.05 WARRANTY A. Manufacturer shall warrant the equipment and materials furnished under this specification against defects in materials and workmanship and operational failure for a period of 2 years from the date of Owner acceptance. Trolley Hoists 41 22 23.26-T - 2 Whitecap WWTP UV Improvements Project – E10179 B. In the event of failure of any part or parts of the equipment during the first 2 years of service, provided that the equipment has been operated and maintained in accordance with good practice, the Manufacturer shall furnish, deliver and install the defective part or parts at the Manufacturer’s own expense. Manufacturer is also responsible for equipment removal, reinstallation and freight. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. Hoist and trolley design shall be in accordance with ANSI B30.16 and applicable provisions of CMAA specifications, Class C (moderate service). Provide all features required by current OSHA standards. B. Hoist hooks shall have safety latches. C. Each trolley hoist shall be designed and sized as an integral unit capable of handling specified loads plus all dead loads. D. Each hoist shall be furnished complete with a weight-type upper limit switch to prevent over-travel of the hook block, low voltage control circuit, full magnetic controls, automatic load brake, and magnetic disc-type motor brake. E. Electrical equipment in this item shall be 3-phase, 60-cycle, 230-volt unless otherwise noted. Provide power disconnect. Electric hoists shall have a thermal protector to prevent motor burnout, and a free-wheeling spring clutch that eliminates backlash. 3.00 EXECUTION 3.01 PREPARATION A. Provide factory-applied protective coating and field touch-up in accordance with manufacturer’s recommendations and Section 09 96 00-T “High Performance Coatings.” 3.02 INSTALLATION A. Carefully handle and install hoists and trolleys in strict accordance with the Manufacturer’s recommendations. 3.03 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Owner and Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, etc. The unit must perform in a manner acceptable to the Owner and Engineer before final acceptance will be made by the Owner. Trolley Hoists 41 22 23.26-T - 3 Whitecap WWTP UV Improvements Project – E10179 3.04 SCHEDULES Location Hoist Trolley Minimum Capacity (tons) Wire Rope or Chain* Electric or Chain Driven Lift Height (ft.) Minimum Raised Hook Elevation Type [electric, chain driven, etc.] Maximum Speed (fpm) UV Channels / Jib Crane 1 Wire Rope Electric 12’ 9’7” Electric 15 Filters / Monorail 1 Wire Rope Electric 12’ 10’0” Electric 15 END OF SECTION Division 44-T Submersible Pumps 44 42 56.04-T - 1 E10179 – Whitecap WWTP UV Improvements Project 44 42 56.04-T SUBMERSIBLE PUMPS 1.00 GENERAL 1.01 WORK INCLUDED A. This specification is for submersible; non-clog sewage pumps and contains sections on functional, performance, material, and other requirements. B. The pumps are for use in wastewater wet well service in various lift stations throughout the City of Corpus Christi, and shall be designed for handling raw unscreened domestic wastewater. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Xylem Water Solutions USA, Inc. – Flygt Products B. Manufacturer’s Representative for Startup and Testing: The services of the Manufacturer’s technical representative shall be provided for pre-startup installation checks, startup assistance, training of Owner’s operating personnel, and troubleshooting. C. The pump, pump monitoring, and level control panel shall be factory wired and assembled. Assembly and wiring shall be to the point where the only field interconnections to numbered terminal blocks are required. D. Parts must be available within 160 miles of the project site for immediate repairs should repairs become necessary. Unless it can be demonstrated that parts and service have been available at a service center within 160 miles of the project site through the same financially sound firm on a continuing basis for at least 10 years, the spare parts listed in these specifications must be furnished with the pumps at no additional cost to the City. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop Drawings. 2. Operations and Maintenance Manuals. a. The pump supplier shall furnish three (3) sets of complete operation and maintenance instructions and pump curves. 3. ISO 9001 Quality Assurance Policy. B. Pump manufacturer’s detailed drawings, technical specifications, curves, motor data, and other information necessary to confirm compliance with all sections of these specifications. Any exceptions to these specifications shall be specifically listed and described. C. Replacement Parts: Furnish a listing of replacement parts for major pump components for each type and size of pump included in the bid. As a minimum, this listing shall include impellers, motor stator, motor rotor, power cable, and all seals, bearings, o-rings and wear rings. Submersible Pumps 44 42 56.04-T - 2 E10179 – Whitecap WWTP UV Improvements Project 1.04 GUARANTEE AND WARRANTY A. Manufacturer shall warranty that the complete system shall be free from defective material and workmanship for a period of 1 year from date of issue of Certificate of Substantial Complete, as defined in Section 00 72 00, Standard General Conditions. B. In addition to the general guarantee, the pump manufacturer shall furnish the City of Corpus Christi a written guarantee to warrant the pumps and all components against defects in workmanship and material for a period of five (5) years or 10,000 hours of operation under normal use and service. The pump manufacturer will pay the following share of the cost of all replacement parts and labor from the date of shipment of each pump unit. Pumps repaired under warranty will be returned to the Owner freight prepaid. Time After Shipment Months: 0 – 18 19 – 39 40 – 60 Warranty: 100% 50% 25% The warranty shall be in printed form and previously published as the manufacturer’s standard warranty for all similar units manufactured. 1.05 FUNCTIONAL AND PERFORMANCE REQUIREMENTS A. The equipment shall be designed such that the pump units can be automatically and firmly connected to the discharge piping when lowered into place on a mating ITT Flygt manufactured discharge connection permanently installed in the various lift station wet wells. The pumps shall have the capacity to be easily removable for inspection or service, requiring no bolts, nuts, or other fastening to be disconnected. Pumps and motors shall be designed for watertight operation with continuous submergence in up to 65 feet of water and a maximum liquid temperature of 100 degrees F. B. Pump Connection to Discharge Piping Requirement: Installation of the pump unit to a standard Flygt manufacture discharge connection shall be the result of a simple linear downward motion of the pump unit guided by no less than two guide rails. No other motion of the pump unit, such as tilting or rotation shall be required. No portion of the pump unit, including legs or supplemental attachments, shall bear directly on the floor of the wet well. C. Motor: 1. The pump motor shall be a NEMA B design, induction type with a squirrel cage rotor, shell type design, inverter duty, housed in an air filled, watertight chamber. The stator windings shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F). The stator shall be insulated by the trickle impregnation method using Class H monomer-free polyester resin resulting in a winding fill factor of at least 95%. The stator shall be heat-shrink fitted into the cast iron stator housing. The motor shall be designed for continuous duty while handling pumped media of up to 104 oF. The motor shall be capable of withstanding at least 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of aluminum. 2. The motor service factor (combined effect of voltage, frequency and specific gravity) shall be 1.15. The motor shall have a voltage tolerance of +/- 10%. The motor shall be designed for a continuous operation in up to a 40oC ambient and shall have a NEMA Submersible Pumps 44 42 56.04-T - 3 E10179 – Whitecap WWTP UV Improvements Project Class B maximum operating temperature rise of 80oC. A motor performance chart shall be provided exhibiting curves for motor torque, current, power factor, input/output kW and efficiency. The chart shall also include data on motor starting and no-load characteristics. 3. Motor horsepower shall be sufficient so that the pump is non-overloading throughout its entire performance curve, from shut-off to run-out. 4. Thermal switches embedded in the stator windings shall be used to monitor stator temperature. The switches shall be normally closed and set to open at 125 °C. Automatic re-closing shall occur when stator temperature cools to 95 °C. Motors 10 HP and smaller shall be air-cooled. Cooling systems requiring separate source cooling water will not be acceptable. 5. Motors smaller than 10 HP will be specified for operation with either single phase or three-phase power. Motors smaller than 10 HP specified for single-phase power shall be designed and suitable for use with 230 volt, single-phase power. Motors smaller than 10 HP specified for three-phase power shall be dual voltage, suitable for operation with 230 or 460 volt, three-phase power. D. Power Cable Entry & Connection: 1. The power cable entry seal design shall insure a watertight seal and shall allow simple field changing of power cables without affecting pump or motor warranty. The cable entry assembly shall consist of seal flange designed and machined to provide precise compression of a single, cylindrical, elastomers grommet flanked by stainless steel washers all having a close tolerance fit against the outside diameter of the cable and the inside diameter of the entry body. The sealing flange shall bolt to a machined surface on the pump and the compression washer shall bear against a machined shoulder in the entry body. 2. A separate junction chamber shall be provided inside the pump for connection of power cable to stator leads. The junction chamber shall be sealed by a nonmetallic plate, or terminal board, bolted to a machined surface and utilizing an o-ring to obtain a watertight seal. Penetrations of the sealing plate or terminal board for stator leads shall be separately sealed to prevent moisture or contamination that might enter through the cable, cable entry or during field change of cables from entering the motor stator housing. Pumps 15 HP and larger shall be furnished with threaded, compression type binding posts mounted in a terminal board. Pumps 5 HP to 10 HP shall have screwed compression type terminal strips. Pumps 3 HP and smaller shall have crimp type connectors. All pumps 40 HP down to 10 HP, inclusive, and pumps smaller than 10 HP specified for three phase power shall be capable of field reconnection for operation with 230 or 460 volt, three phase power. E. Power Cable: 1. All pump power cables shall be multi-conductor externally jacketed with oil resistant chloroprene rubber. Internal individual conductor insulation shall be ethylene propylene rubber (DuPont Nordel) and shall be color coded to identify each power and control lead. Conductor sizing shall comply with N.E.C. requirements and cables for pumps 40 HP smaller shall be suitably sized for operation with 230 or 460 volt power. Submersible Pumps 44 42 56.04-T - 4 E10179 – Whitecap WWTP UV Improvements Project 2.00 PRODUCTS 2.01 MATERIAL REQUIREMENT A. General: 1. Major pump components shall be of gray cast iron, ASTM, A48 Class 35, with smooth surfaces devoid of blowholes and other irregularities. All exposed nuts and bolts shall be of AISI type 316 stainless steel. All surfaces coming into contact with wastewater, other than stainless steel, shall be factory sprayed with alkyd primer and a chloric rubber paint finish. All mating surfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber o-rings. 2. Rectangular cross-sectioned gaskets requiring specific torque limits to achieve compression shall not be considered as adequate or equal. No secondary sealing compounds, rectangular gaskets, elliptical o-rings, grease or other devices shall be used. B. Volute: 1. Pump volutes shall be single piece gray cast iron ASTM, A48 Class 35, non-concentric design with smooth passages large enough to pass any solids that may enter the impeller. Minimum inlet and discharge size shall be as indicated in Paragraph VI of these specifications. C. Insert Rings: 1. A replaceable insert ring made of 25% chrome cast iron, ASTM A-532 (Alloy III A) and having an integral machined spiral shaped groove shall be installed in the pump volute. The clearance between the insert ring and the impeller shall be adjustable. D. Impellers: 1. The impeller shall be of 25% chrome cast iron, ASTM A-532 (Alloy III A), dynamically balanced, semi-open, multi vane, backswept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a machined spiral groove located on the stationary insert ring and shall keep them clear of debris, maintaining an unobstructed leading edge. The vane shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag-laden wastewater. Impellers shall be locked to the shaft and shall be coated with alkyd resin primer. E. Shaft: 1. Pump shafts shall be single piece extending through the pump and motor. Extension couplings shall not be acceptable. Pumps designed such that the shaft is not exposed to liquid that is pumped may utilize C1034 carbon steel shaft material. If any portion of the shaft is exposed to pumped liquid, the entire shaft material shall be of 431 stainless steel. Shaft sleeves of dissimilar metals shall not be used. F. Mechanical Seals: 1. Pumps shall be provided with a mechanical seal system consisting of two totally independent seal assemblies operating in an oil chamber between the pump volute and Submersible Pumps 44 42 56.04-T - 5 E10179 – Whitecap WWTP UV Improvements Project motor chamber for seal lubrication and cooling. The lower seal shall act as the primary unit to prevent entry of pumped liquid to the oil chamber. The upper seal shall act as a secondary unit to prevent pumped liquid or oil from entering the motor stator. The seal system shall allow continuous pump operation with the pump and motor exterior totally dry and shall not be dependent on pumped liquid for cooling. 2. Each seal unit shall consist of a positive driven rotating ring, as stationary ring and an independent spring to maintain interface contact. Conventional or cartridge type double mechanical seals utilizing a common spring system shall not be acceptable. Shaft seals without positively driven rotating members or systems requiring differential to offset external pressure and to effect sealing shall not be accepted. 3. The upper and lower seals for all pumps shall have tungsten carbide rotating and stationary rings. Neither ceramic nor carbon seal faces are acceptable. 4. The pump/motor housing shall be designed to allow simple access for seal inspection. Pumps 20 HP and larger shall be equipped with tapped plugs to allow inspection for leakage in the oil housing and motor stator housing without pump disassembly. Separate oil chamber drain plugs shall also be provided. Oil shall be FDA approved, environmentally friendly, white paraffin based lubricant. G. Bearings: 1. Pumps shall be equipped with permanently lubricated bearing with a system B-10 life of 40,000 hours. Upper bearing shall be single row deep groove ball or roller bearing. Lower bearings shall be double row angular contact ball bearings. H. Guide Bracket: 1. A sliding guide bracket shall be provided as an integral part of the pump unit and shall be bolted to a machined surface on the volute. Bracket design shall allow raising and lowering the pump without binding of the bracket and guide bars. When lowered into place, the guide bracket shall connect to a machined lip on the discharge connection to automatically align pump and discharge connections and support the total pump weight. The guide bracket shall be Class 35 cast iron with the same protective coating as attached/lowered directly onto standard guide rails for Flygt manufacture pumps and equipment with no fitting or adjustment of the guide bracket or guide rails required. I. Pump Protection Devices 1. The pump manufacturer shall provide a pump monitoring system which shall consist of pump protective devices and monitoring unit mounted on a dead front door or back plate control panel. 2. Pump Protective Devices a. Three thermal switches in the stator coils b. A leakage sensor shall be provided in the stator housing to detect water intrusion. 3. Monitoring and Status Unit a. The monitoring and status unit shall be designed to mount on the back plate or swing out door of the control panel. b. All monitoring devices shall connect to the control and monitoring unit. Submersible Pumps 44 42 56.04-T - 6 E10179 – Whitecap WWTP UV Improvements Project 2.02 MECHANICAL ACCESSORIES A. General: 1. The pump manufacturer shall furnish and be responsible for coordinating proper fit and suitability of all station hardware and accessories for the use with the pumps furnished or for any future requirements or revisions as may be indicated on the Drawings or other sections of the Contract Specifications. All items furnished shall be guaranteed, to the Owner, suitable for the intended use and shall be warranted against defective workmanship, materials and excessive corrosion for a period of two years after startup and/or beneficial use by the Owner. B. Access Cover: 1. To insure compatibility the supplier of the submersible pumps shall supply all access covers in structures containing submersible pumps. 2. Access covers supplies must comply with all requirements of Division 5 Metals and with construction drawings. 3. Provide a safety grate at each of the access doors to the wet well at the lift station. Installation of the safety grate shall be in accordance with the manufacturer’s recommendations and the manufacturer shall provide an Equipment Installation Report certifying that it was installed properly. The manufacturer shall furnish brackets, anchor bolts, and anchor bolts layouts and appurtenances required for the installation of the safety grate. C. Guide Rail Brackets: 1. Dual rail upper guide rail brackets shall be provided by the pump supplier for each pump. Each bracket shall have two 3/16” hooks for supporting pump power cables and lifting assemblies. The upper guide rail bracket shall be constructed of 316 stainless steel. 2. Dual rail intermediate guide rail brackets shall be provided by the pump supplier for guide rails which exceed 20 feet in length. Intermediate guide rail brackets shall be located at each 20 foot increment of guide rail or at mid point of guide rail span. The intermediate guide rail bracket shall be constructed of 316 stainless steel. D. Float Cable Racks: 1. Level sensor floats shall be suspended in the wet well from a cable rack bolted to the access opening or cover frame. Each rack shall be provided with six, 3/16” minimum diameter hooks over which the level sensor cables shall be looped. The cable rack shall be 316 stainless steel. Submersible Pumps 44 42 56.04-T - 7 E10179 – Whitecap WWTP UV Improvements Project E. Power Cable Supports: 1. A stainless steel or non-metallic cable grip shall be provided for each pump power and pilot cable. The grip shall have a loop on one end, which will hang from a hook provided on the upper guide bar bracket. F. Pump Lifting Assembly: 1. Each pump shall be supplied with a stainless steel chain that has a working load limit equal to 50% greater than the pump weight. Minimum length shall be depth of lift station plus 5 feet. 2. Chains and attachment hardware shall be of stainless steel material certified and approved for overhead lifting. G. Lift Station Hardware: 1. All nuts, bolts, washers, anchor bolts or any attachment hardware used inside the wet well shall be construction of 316 stainless steel. 2.03 ELECTRICAL CONTROL PANEL A. The pump manufacturer shall provide and be responsible for proper electrical protection and control operation. The pump supplier shall supply the pump control panel in order to assure unit responsibility for equipment selection, component compatibility, startup and operational checks and future service. Electrical equipment supplied must comply with all requirements of Division 16 and with the Electrical Drawings. 2.04 PUMPS AND OPERATING CONDITIONS A. 15.0 HP “N” Pumps 1. Manufacturer, Model: Flygt NP-3153.185 with Series 620 impeller, or approved equal 2. Discharge Connection Flange: 10” nominal 3. Pump Outlet: 10” nominal 4. Motor Horsepower: The pump shall not overload the motor at any point through the operating range of the pump, but in no case shall be less than 15.0 HP. 5. Performance Curve Operating Points: a. Primary Duty Point: 2,600 GPM @ 16 ft. TDH b. Secondary Duty Point: 2,900 GPM @ 13 ft. TDH c. Minimum Shutoff Head: 35 Feet d. Pump Efficiency 1). At Primary Duty Point: 74% 2). At Secondary Duty Point: 70% e. Maximum Total Motor Input Power 1). At Primary Duty Point: 17 kW f. Maximum Pump Speed: 1155 RPM Submersible Pumps 44 42 56.04-T - 8 E10179 – Whitecap WWTP UV Improvements Project g. Maximum NPSH 1). At Primary Duty Point: 26 feet 2). At Secondary Duty Point: 27 feet h. Maximum Motor Rating: 15.0 HP i. Voltage/Cycle/Phase: 460 / 60 / 3 j. Motor Service Factor: 1.15 k. Motor Insulation: Class H l. Maximum Rated Current (FLA): 26.0 @ 460 V m. Maximum LR Current: 148.0 @ 460 V n. Minimum Pump Discharge Size: 10 inch o. No. of Pumps Required: Three (3)* * Provide Four (4) sets of stainless steel guide rails, discharge base elbows and access hatches with safety grating. 3.00 EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the Manufacturer’s instructions. Any modification to the structure as a result of requiring different size access door hatchways is the responsibility of the Contractor. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The Contractor shall provide the services of authorized representative to conduct all field tests. The test shall be conducted in a manner approved by and in the presence of the Engineer. The unit shall be checked for excessive noise, vibration, alignment, general operation, ease of removal, etc. All automatic and manual controls shall be tested to verify that they function in accordance with the requirements. Verify that drive equipment operates without being overloaded. The unit must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.03 PAINTING A. Pumps, motors, baseplates, discharge elbows, and guiderails shall be painted in accordance with Section 09 96 00-T “High-Performance Coatings” of these Specifications. END OF SECTION Division 46-T Automatic Backwash Disk Filters 46 61 41-T - 1 E10179 – Whitecap WWTP UV Improvements Project 46 61 41-T AUTOMATIC BACKWASH DISK FILTERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to install and test a complete automatic backwash disk filter system including drive assembly, backwash assembly, valves, electrical controls with components as specified and required piping as shown on the drawings and as specified herein. The filter system equipment being provided shall have disks that filter from the outside towards the inside based on the manufacturer’s standard design. The automatic backwash disk filter system shall be furnished and/or coordinated by a single manufacturer. B. Each of the disk filters shall consist of individual disks of the number required, concrete tank assembly supports, backwash vacuum assembly with pump(s), backwash trough or piping, valves and drive mechanism, automatic control system and components as specified. Inside-to-outside flow type disk filters with partially submerged disks are not acceptable. C. Each filter system/unit shall be designed for installation in a concrete basin, as shown on the plans. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: The intent of these specifications is to purchase a quality product of the manufacturer's latest design, meeting the minimum standards set forth. Recent design improvements not covered by these specifications shall be presented to the Engineer for his decision as to their use. Filters shall be manufactured by one of the following: 1. Alfa Laval Ashbrook Simon-Hartley Operations, Inc. 2. Aqua-Aerobic Systems, Inc. B. Manufacturer’s Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre-startup installation checks, startup assistance, training of Owner's operating personnel, and troubleshooting. The equipment manufacturer shall furnish the service of a factory-trained representative for a total of four (4) working days, excluding travel, and two (2) separate trips. These two trips shall consist of one (1) trip to monitor the installation and one (1) trip for startup and instruction of the plant operating personnel. 1.03 PERFORMANCE REQUIREMENTS A. Three filter units/systems shall be provided, each capable of meeting the performance criteria as listed below. Each filter unit shall be designed at a maximum hydraulic loading rate of 6.51 gpm/sq.ft. of true and effective filtration area of each panel at peak flow. Impervious surfaces such a filter frame, filter boxes and other hardware does not account as true and effective filtration area. Automatic Backwash Disk Filters 46 61 41-T - 2 E10179 – Whitecap WWTP UV Improvements Project B. Effluent filtration area shall be defined as only the portion of the disk that is submerged during filtration and shall not include any impervious areas. Any disk area that is not submerged shall not be considered as effective area. C. The automatic backwash filter system shall be suitable for filtering domestic wastewater after secondary treatment and clarification from an activated sludge process. Each filter shall be designed to operate on a continuous basis and shall be designed to operate while receiving varying flows. Filters shall be capable of meeting the following performance requirements, with 2 of 3 units in service and 1 unit on stand-by. PERFORMANCE CRITERIA VALUE Average Daily Flowrate, MGD (gpm) 2.5 (1,736) Peak Daily Flowrate, MGD (gpm) 7.5 (5,208) Maximum Influent TSS, mg/L < 30 Average Influent TSS, mg/L 15 Average Effluent Suspended Solids TSS, mg/L ≤ 5 Average Effluent Turbidity, NTU ≤ 3 FILTER DESIGN DATA Filter Cloth Material Cloth (Fiber pile) Nominal Media Rating (um) 10 Number of Filter Units 3 [2 duty, 1 stand-by] Number of Filter disk per unit Per Manufacturer Filter Disk Diameter, ft. Per Manufacturer Effective Filter Surface Area per unit, ft 2 400 minimum Materials of Construction 316 SS and plastics FILTER DRIVE UNIT Drive Motor (1 per unit), maximum 3 HP, 460v, 3 phase Drive Motor Service Factor, minimum 1.1 Linear Drive or In-line Helical Gear w/ Non-Metallic Chain and Sprocket BACKWASH CLEANING SYSTEM – Per Manufacturer Backwash Spray/Vacuum Shoes per Disk Per Manufacturer Backwash Pumps Per Manufacturer Backwash Flowrate, gpm Per Manufacturer Backwash Flow, % of Influent < 3 % Backwash Pump(s) HP (maximum) 6 HP (total per filter), 460V, 3 Phase FILTER HYDRAULICS Influent Weir Gate Elevation (Fully Open), Ft. 10.36 Effluent Weir Elevation (If Needed), Ft. 8.68 Emergency Overflow Weir Elevation, Ft. 10.55 Automatic Backwash Disk Filters 46 61 41-T - 3 E10179 – Whitecap WWTP UV Improvements Project D. Disk filter manufacturer shall provide all equipment to fully function and to comply with the hydraulic and performance requirements above. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop drawings including dimensioned, to-scale drawings of equipment showing its proposed installation in this facility. Where piping, structural components, etc. are involved, drawings shall show clearly that the proposed equipment will fit into the plant design without significant modifications and will function as intended in conjunction with other plant items. Modifications to plant structures, piping, electrical, etc. shall be made at the Contractor’s expense and only after approval by the Engineer. 2. Control details and electrical schematic diagrams and wiring diagrams. 3. Recommended spare parts. 4. Operation and Maintenance Manuals B. Information required for approval by the Engineer prior to incorporation into the project shall include the following as a minimum requirement: 1. Certified dimension prints detailing all required anchor bolt locations and conduit stub- outs. Submit dimensioned to-scale drawings showing installation of equipment for this specific application. 2. Specifications for all electrical and mechanical components and complete wiring diagrams for all components. 3. Manufacturer’s recommended procedures for jobsite storage and handling of equipment. C. Operation and Maintenance Manuals: Prior to delivery of equipment and updated as required during installation of the equipment, the manufacturer shall furnish complete and detailed installation, operation and maintenance manuals which shall include the following information as a minimum requirement: 1. Assembly, installation and adjustment instructions. 2. Lubrication and maintenance instructions. 3. Complete descriptive literature of all materials and components furnished. 4. Erection drawings with equipment mark numbers. 5. Complete operating instructions for controlling, modifying, and operating the equipment provided for this facility. 1.05 STANDARDS A. Applicable Standards 1. ASTM – American Society for Testing and Materials 2. AISI – American Iron and Steel Institute 3. AGMA – American Gear Manufacturer’s Association 4. NEMA – National Electrical Manufacturer’s Association Automatic Backwash Disk Filters 46 61 41-T - 4 E10179 – Whitecap WWTP UV Improvements Project 5. NEC – National Electrical Code B. Welding shall be in accordance with the latest applicable American Welding Society Code. Provide certification that welders meet the AWS qualification tests. 1.06 EXPERIENCE REQUIREMENTS A. The Disk Filter Manufacturer shall have experience in the design and manufacturer of the specified technology for a minimum of ten (10) years of satisfactory service at five or more municipal wastewater treatment facilities in the U.S. 1.07 GUARANTEE AND WARRANTY A. Manufacturer shall warrant that the complete system shall be free from defective material and workmanship for a period of 1 year from date of issue of Certificate of Substantial Completion as defined in Section 00 72 00, “General Conditions.” 1.08 DELIVERY AND STORAGE A. All equipment shall be shipped and delivered fully assembled, except where partial disassembly is required in order to conform to transportation regulations or for the protection of the components. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer’s instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. 2.00 PRODUCTS 2.01 MATERIALS A. All fabricated materials shall be 316 SS stainless steel. All welding shall conform to the latest standards of the American Welding Society. Filter media support grid shall be fabricated from stainless steel or non-corrosive material. 2.02 EQUIPMENT A. General: 1. The equipment being provided under this specification section shall meet the design criteria and performance requirements as specified herein and as shown on the drawings. The equipment shall be the standard product of the listed acceptable manufacturers. The requirements as specified herein may present features of one manufacturer more than the other listed manufacturers, but the intent is that equipment that meets the design and performance requirements are acceptable. The equipment Manufacturer shall be responsible ultimately in designing and providing a Automatic Backwash Disk Filters 46 61 41-T - 5 E10179 – Whitecap WWTP UV Improvements Project filtration system that meets the performance criteria and the minimum requirements as set forth in these documents and as shown on the drawings. 2. All motors, pumps, and bearings shall be designed for continuous duty and long operating life in high humidity atmosphere. All motors and pumps shall be 460 volt, 60 hertz, 3 phase. B. Filter Tank: 1. The filter tank shall be constructed of concrete by the Contractor with structural internal support members designed and provided by the filter manufacturer for the service intended. All structural shapes shall be designed with adequate strength to withstand all loads during fabrication, shipping, unloading and operations. 2. If required, each filter basin shall be equipped with an effluent discharge plate, with a built-in emergency overflow weir, supplied by the filter manufacturer as shown in the project plans. C. Filter Disk: 1. The filter disk frame shall be constructed from 316 SS stainless steel or suitable non- corrosive materials as an integral unit completely welded and supported for all operating and installation loads. The filter assembly shall be composed of removable disks. Each disk shall be constructed in one, two or multiple easily removable sections. 2. Each disk shall be secured in place in the filter basin. The disk supports shall be designed to withstand all loads of the disk and cleaning mechanism. D. Backwash Assembly: 1. The filter manufacturer shall provide a system for efficiently and simultaneously backwashing the filter media on both sides of each disk. The backwash system shall be a vacuum system per the manufacturer’s standard system. The system shall be designed by the manufacturer and shall include all components required to completely backwash the filter disks. Filter effluent shall be the backwash source and the filter manufacturer shall provide backwash pumps that will provide adequate pressure and flow. 2. The backwash pumps shall be self-priming, centrifugal pumps designed for domestic wastewater applications. The pump shall be sized to provide adequate suction for cleaning the media surface as determined by the filter manufacturer. 3. Each filter unit shall be equipped with a water level sensor capable of a continuous measurement of the liquid level in the filter basin and a backwash interval timer. The backwash cycle shall be activated by a level sensor in the filter basin, when the backwash interval timer has lapsed or with a manual control switch. Control switch will allow a manual backwash cycle to be initiated. 4. Filtering shall not be interrupted during normal backwashing and sludge withdraw operations. Each filter shall have adequate number of backwash valves and sludge valves. 5. Each filter shall include a solids waste removal system consisted of perforated manifold, mounted on the floor of the filter basin. The manifold shall be designed to siphon settled solids for waste discharge through the backwash/waste pump. The operation of Automatic Backwash Disk Filters 46 61 41-T - 6 E10179 – Whitecap WWTP UV Improvements Project the solids waste removal system shall be automatic with user adjustable intervals and duration through the operator interface. 6. Each backwash pump shall be supplied with a pressure gauge and 3” pinch ball valve, as indicated in the construction drawings. All pressure gauges shall be 2-1/2-inch diameter and have a scale from 0 to 40 psi. They shall be silicone liquid filled, and shall have stainless steel case, bourdon tube, movement and ring with a polycarbonate temperature compensating window. Accuracy shall be ANSI Grade B minimum. 7. Contractor shall be responsible for coordination with the manufacturer for the supply and installation of all the piping, fittings, valving, wiring, pressure gauges, flow meters, valve actuators, etc. of the backwash assembly for a complete and operable system. E. Drive Assembly: 1. Each filter unit shall have a minimum of one drive motor assembly and shall be mounted above liquid level. The drive assembly shall be incorporated to rotate or move the center drum/disk assembly or the backwash shoe assembly as required to fully cover the surface of each disk. The motor shall be of the “energy saving” type and have a minimum service factor of 1.1. 2. The drive motor assembly shall be mounted on a 316 stainless steel motor bracket/platform that incorporates adjustable placement capabilities. The motor may be direct coupled to the unit or chain driven per the manufacturers recommendations. Chain drive shall be suitable for operation in a partly submerged condition and in a wetted environment. 3. Drive motor shall be 460 volt, 3 phase, 60 Hz rated for a maximum 2 HP. F. Control Panel and Operation: 1. Electrical equipment shall be provided in accordance with Division 26 and 40 specifications. 2. The automatic and manual controls for operation of the disk Filter Systems shall be furnished fully assembled, wired and pre-programmed in a NEMA 316 stainless steel and UL certificated control enclosure. Controls shall be provided to control or monitor equipment as described herein. All control enclosures shall be custom assembled and wired in an Underwriters Laboratory (UL) certified shop. 3. The automatic controls for the disc filter operation shall be furnished as an integral part of the system and shall be supplied by the disk filter manufacturer and shall include but not be limited to the following components: a. NEMA 4X 316 Stainless Steel wall mounted enclosure. b. NEMA motor starter with over-current protective devices and overloads c. Selector switches and pilot lights d. Magnetic circuit breakers e. Power transformer (CPT) f. Stirring fan g. 20 amp quad receptacle h. PLC hardware i. 12 inch OIT color touch screen, panel mounted PC j. Relays Automatic Backwash Disk Filters 46 61 41-T - 7 E10179 – Whitecap WWTP UV Improvements Project k. liquid level sensing system 4. The control panel will be provided a single 460v, 3-phase, 60 Hz and shall include a 120v, 1 phase, 60 Hz control power transformer. 5. The main disconnect shall be enclosed in the control panel, with a handle mechanism extending through the door. 6. The backwash cycle is initiated by the level sensor located in the filter tank. The filter drive/backwash unit and the backwash pumps are activated, and an electric actuated valve opens to begin the backwash sequence. The backwash cycle shall last until all the disks are backwashed. 7. Control system will also allow for continuous back washing in HAND mode. 8. The panel operational sequence shall include a sludge draw-off adjustable timer. This timer shall be pre-set and field adjustable from the touch screen panel. 9. All pre-set timers shall be adjustable from the touch screen without having to enter the control panel. 10. The control panel shall incorporate a complete manual override system and all switches, lights and necessary components shall be furnished. 11. The contractor is responsible for all field wiring and interconnecting conduit between the supplied control panel and the disk filter equipment. The filter supplier shall provide all necessary diagrams and schematics for a complete system. 12. OIT shall include a sun screen cover. 2.03 SPARE PARTS A. Spare parts shall be provided for the filtration system as recommended by the equipment manufacturer. Spare parts shall be delivered to the Owner’s Representative prior to final acceptance of the project. B. SPECIAL TOOLS: Any special tools necessary to assemble and service any item of equipment shall be furnished with that item. Each special tool shall be properly marked to indicate the equipment for which it is to be used. C. At minimum, spare parts shall include: 1. Two sets of cloth to replace cloths for 2 discs 2. One backwash valve with actuator (size per manufacturer) 3. One level sensor transducer 4. Three sets of backwash flexible tubing (if required) 3.00 EXECUTION 3.01 PREPARATION A. Blast and paint all materials in accordance with Section 09 96 00-T, “Protective Coatings”. Automatic Backwash Disk Filters 46 61 41-T - 8 E10179 – Whitecap WWTP UV Improvements Project 3.02 INSTALLATION A. Installation of the disc filter system shall be in strict accordance with the contract documents and the Equipment Manufacturer’s recommendations, instructions and shop drawings. The Contractor will provide all supports and anchoring required to install the disc filter units per the manufacturer’s recommendations. If not supplied by a disk filter manufacturer, the plumbing/interconnecting piping and electrical connections shall be provided by the Contractor as detailed on the drawings and specifications. Installation of the equipment shall be in complete accordance with the manufacturer's recommendations. B. Acceptance Test: Upon completion of installation of equipment, conduct an acceptance test to verify the satisfactory operation of each unit. Conduct test in a manner approved by and in presence of Engineer. Check unit for leakage, general operation, etc. Units must perform in a manner acceptable to Engineer before final acceptance will be made by Owner. 3.03 PERFORMANCE TEST PERIOD A. The ability of the Process to satisfy the requirements of the performance guarantee will be determined on the basis of a one (1) year of operation and testing hereinafter referred to as the “Performance Test Period”. B. Within sixty (60) to one hundred eighty (180) days, or at a time mutually agreeable to the Owner and filter process equipment supplier, and after the Wastewater Treatment Plant and the filter process have been placed into continuous service and have achieved equilibrium operating conditions, initial tests shall be conducted to measure compliance with the performance guarantees set forth in Paragraph 1.02.C of this document. C. The Owner's personnel shall operate the Process, take the specified measurements and samples, and conduct the testing. The testing shall be conducted in accordance with the most recent edition of "Standards Methods for the Examination of Water & Wastewater" published jointly by the American Public Health Association (APHA), American Water Works Association (AWWA) and Water Environment Federation (WEF). D. Testing and Measurements during the one (1) year Performance Test Period shall consist of the following: 1. Daily Composite Samples & Measurements a. Effluent composite sample total suspended (mg/l) 2. Daily Composite Samples & Measurements a. Filter influent sample total suspended solids (mg/l). 3. Sample Collection and Laboratory Tests will be conducted by the Owner. E. In the event that the guaranteed performance is not obtained, the following steps shall be taken: 1. If necessary, the process equipment supplier shall take all necessary steps it deems necessary, at no cost to the Owner, to fulfill its performance guarantees herein; Automatic Backwash Disk Filters 46 61 41-T - 9 E10179 – Whitecap WWTP UV Improvements Project including, but not limited to, repairing, modifying, and/or replacing any of the equipment, provided by equipment supplier, causing the process not to produce the guaranteed effluent quality; and/or correct, alter, modify or change the Process to enable it to produce the guaranteed effluent quality up to 100% of the purchase price of the equipment. 2. The Owner shall pay for laboratory test costs and/or repair or modification costs if the failure is determined to be due to an overload, or the influent is noncompliant with the influent conditions described in Paragraph 1.03.C of this guarantee. END OF SECTION AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 1 E10179 – Whitecap WWTP UV Improvements Project 46 66 59-T AQUAYRAY® 3X HIGH OUTPUT VERTICAL LAMP SYSTEM ULTRAVIOLET DISINFECTION EQUIPMENT 1.00 GENERAL 1.01 WORK INCLUDED The Contractor shall provide all labor, materials, tools, and equipment required to furnish and install a vertical format UV disinfection system including startup, commissioning and performance testing and shall be suitable for continuous service as shown on the plans and as specified herein. A. Work and Components Included (But Not Limited To) 1. Vertical UV disinfection modules. 2. Power Center Enclosure (PCE) and interconnecting power and data cables to modules. 3. Main PLC Enclosure (MPE) housing the A/B PLC Controller and interconnecting data cables to PCE. 4. UV intensity monitoring system. 5. UV eye shields. 6. Personal safety equipment. 7. Automatic dose/flow pacing energy conservation system (power center by power center) and Variable UV Lamp Output. 8. Effluent Weir Troughs. 9. Spare parts. 10. Start-up, testing, and personnel training. 11. Module lifting frame. 12. Automatic cleaning (Mechanical Wipers) system. 13. Integrated flow dispersion baffles. 14. Interconnecting cable tray between the modules and the PCEs 15. Stepdown Transformers 16. Compressor, air hoses, and all fixtures for air scour system. B. Work Not Included 1. Foundations, concrete channels, conduits, handrails and stairs. 2. Installation. 3. Control wiring and installation for remote signals. 4. Piping, channel drains and valves. 5. Walkway grating. 6. Channel isolation gates and motorized gate actuators. 7. Lifting crane and hoist. AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 2 E10179 – Whitecap WWTP UV Improvements Project C. Manufacturer 1. The process design and equipment layout specified and as shown on the contract drawings is based upon the Aquaray ® 3X High Output Vertical Lamp System as manufactured by Ozonia North America of Leonia, NJ. No alternate shall be considered. D. UV System Requirements 1. Provide a UV disinfection system complete with UV modules, PCE/MPE Panel(s), UV detection system(s), module cleaning system, automatic level controls and eye shields as shown on the contract drawings and as herein specified. 2. The disinfection system shall be designed for maximum energy conservation and partial system shutdown by automatic flow pacing in response to plant flow meter signal. 4. System sizing and dose calculations shall be based on a third-party bioassay conducted in accordance with 2003 NWRI Guidelines. Dose calculations based on the Point Source Summation Method will not be accepted. 5. The UV system shall be designed to meet the specified minimum UV dose at peak flow with one bank of UV modules out of service per channel. E. Lamp Array Configuration 1. The lamp array configuration shall be vertical, with a uniform staggered array, with all lamps parallel to each other and perpendicular to the flow. The lamps shall be spaced in vertical rows with centerline spacing, which will ensure effective disinfection while maintaining practical system headloss. 2. System with horizontal lamp array configuration parallel to the flow shall not be allowed. 1.02 SUBMITTALS A. The manufacturer shall provide 5 copies of shop drawing submittals, these shall include interconnections and interface requirements, dimensions and locations of all major elements of the UV system and critical clearance requirements. Once approved no changes may be made without the written consent of the engineer and the UV equipment supplier. Information should include the following: 1. Complete description in sufficient detail to permit a thorough comparison with the appropriate specification section(s). AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 3 E10179 – Whitecap WWTP UV Improvements Project 2. Major component dimensions and installation requirements. 3. Descriptive summary of the UV system provided. 4. Electrical and major component layouts. 5. Headloss calculations demonstrating compliance with the specified hydraulic characteristics. 6. UV dosage calculations. Dose calculations shall be supported by a Third-Party Bioassay. 7. Preliminary UV equipment O & M manuals prepared for this project. C. Project Specific Operation and Maintenance Manuals Final Operation and Maintenance (O&M) manuals for this specific project shall be submitted to the Engineer upon approval of shop drawings and delivery of the equipment. The O&M manuals shall include instructions on equipment storage, installation, start-up, and operation and maintenance, together with a thorough troubleshooting guide and recommended spare parts list. 1.03 QUALITY ASSURANCE A. The vertical UV disinfection system shall be capable of disinfecting the specified flows based on the minimum influent water quality specified in Section 1.04A. B. Acceptance Test. The UV manufacturer shall provide a test protocol for the UV system to be followed after initial start-up and following a minimum of 10 days of continuous plant operation. The installing contractor shall notify the Owner and UV manufacturer, in writing, that he is prepared to begin the acceptance test. The Owner shall then provide written notification to the Contractor to proceed with the acceptance testing. Results of the test done by the contractor will be supplied for review to the UV manufacturer. C. Warranty. The Manufacturer shall warrant the UV Modules, electrical systems, controls, hardware, cleaning systems, and additional appurtenances for 18- months from the date of Owner acceptance. In addition to the operation of the equipment, the manufacturer shall also warrant the equipment performance with respect to discharge permit limits and UV dose. If performance standards are not achieved, the manufacturer will work to rectify issues with the equipment in order to achieve the specified standards. AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 4 E10179 – Whitecap WWTP UV Improvements Project 1.04 DESIGN CRITERIA A. Provide equipment which shall disinfect an effluent with the following characteristics: Peak Flow: 7.5 mgd Average Flow: 2.5 mgd Total Suspended Solids: <10.0 mg/L Ultraviolet Transmittance @ 253.7 nm: 65% (minimum) Current Effluent Standards to be achieved: < 35 cfu/100 ml enterococci (30-day Geometric Mean) < 126 cfu/100 ml e-coli (30-day Geometric Mean) Required Minimum UV Dose: 50,000 microwatt-secs/cm 2 Future Effluent Standards to be achieved: < 4 cfu/100 ml enterococci (30-day Geometric Mean) < 20 cfu/100 ml e-coli (30-day Geometric Mean) Required Minimum UV Dose: 80,000 microwatt-secs/cm 2 B. The system shall be installed in an open channel having the following dimensions. Length: 31 feet minimum Width: 29.5 inches Depth: 84 inches C. The effluent depth in the channel shall be automatically maintained at a nominal 65 inches water depth (±3"). D. A total of two (2) channels shall be provided. E. The current system supplied shall include: Number of UV Modules/Channel: 3 Module Layout: 1 Across by 3 in Series (2 duty + 1 standby) UV Modules, Total: 6 Number of Lamps in Each Module: 36 UV Lamps, Total: 216 Number of Power Center Enclosures (PCE): 2 AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 5 E10179 – Whitecap WWTP UV Improvements Project Main PLC Enclosure (MPE): 1 Number of UV Detection Systems: 6 Level Controllers: Fixed Weirs In the future, one additional UV bank per channel shall be added to meet the future UV dose and effluent requirements at the peak flow of 7.5 MGD 1.05 PERFORMANCE REQUIREMENTS A. System Performance 1. The end of lamp life validated MS2 UV dose produced by the system shall not be less than 50,000 microwatt-secs/cm 2 at the peak flow of 7.5 MGD with 2 banks in operation per channel and a 3 rd bank acting as redundant. In the future, the end of lamp life validated MS2 UV dose produced by the system shall not be less than 80,000 microwatt-secs/cm 2 at the peak flow of 7.5 MGD with 3 banks in operation per channel and a 4th bank acting as redundant. 2. The UV system dose calculations and system design shall be based on third- party bioassay test results per the 2003 NWRI guidelines, with the following criteria: a. UV transmission (T 10 ) 65% b. Applied UV lamp end of life factor (f P) = 89% c. Applied Quartz jacket fouling factor (f T) = 95% (in addition to sleeve transmittance losses) Dose calculations based on the Point Source Summation Method will not be accepted. 3. The actual retention time of the effluent within the system determined by hydraulic analysis shall be less than 1.0 times the theoretical retention time but no less than 0.9 times the theoretical retention time. 4. Total headloss for each channel shall not exceed 1 inch, this being confirmed by measurements in the field after start-up. B. Energy and Lamp Conservation (Automatic Flow Pacing) 1. The UV control system shall automatically turn on and off appropriate rows in relation to variations in plant flow (18 lamp increments per module). The signal, provided by others, shall be 4-20 ma or similar approved method. 2. To reduce energy consumption the UV system shall be capable of automatically adjusting the number of lamps in service by eighteen lamp AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 6 E10179 – Whitecap WWTP UV Improvements Project increments within each UV module and shall be capable of linearly adjusting the lamp-output to from 60 to 100%. 3. The UV system design shall allow the operator an option to operate the UV system in either manual or automatic modes. 2.00 PRODUCTS 2.01 MATERIALS A. General 1. All metal components in contact with effluent shall be Type 316L stainless steel. 2. All material exposed to UV light shall be Type 304L or Type 316L stainless steel, Type 214 quartz, Teflon, or other suitably UV resistant material. B. Ultraviolet Lamps Lamps shall meet the following requirements: 1. Low Pressure High Output Amalgam UV lamps. Each lamp shall produce UV light with at least 90% of the UV emission at 253.7 nanometer wave length. 2. The filament of the lamps shall be the clamped design, significantly rugged to withstand shock and vibration. 3. UV lamps shall have a single end electrical connection on top of the lamp with 4 wires. 4. The rated UVC lamp output shall be a minimum of 160 UVC watts. 6. Minimum UV lamp arc length shall be 62 inches. 8. Lamps shall not produce any ozone. 9. The lamp bases shall be of a durable construction resistant to UV. 10. The lamp design shall prevent electrical arcing between electrical connections in moist conditions. 11. The power consumption of the system, on a per lamp basis, should not exceed 432 watts. AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 7 E10179 – Whitecap WWTP UV Improvements Project C. Ultraviolet Lamps Guarantees: 1. The UV supplier shall warrant that after 12,000 hours of operation the average UV lamp output will be no less than 89% of a new lamp (after 100 hours initial burn-in). 2. The number of UV lamps required shall be as determined sufficient by the UV manufacturer to meet the required disinfection standard and the minimum UV dosage specified. 3. The UV lamps will be warranted for 12,000 hours of useful life and the warranty is to be pro-rated against actual lamp use. D. UV Lamp Jackets 1. The UV lamps are to be protected from contact with the effluent by a 99.9% silicon dioxide quartz jacket with a minimum of 90% transmission of UV radiation at the 253.7 nanometer wave length and have a nominal OD of 44.0 mm and a wall thickness of 2.3 mm. 2. One end of the quartz jacket shall be a closed test tube end and the other open with smooth radius edges. E. Electronic Lamp Controllers (ELC) 1. Each module housing 36 High Output Amalgam UV Lamps will be connected to the PCE which houses the Electronic Lamp Controllers using three 24 pin multi-conductor cables. One high performance electronic lamp controller for each pair of UV lamps is provided. The ELC shall be designed for use with the specified UV lamps. 2. The electronic controller (ballast) shall comply with the following requirements: a) The ballast shall be specifically designed to power two Low Pressure UV high output Amalgam lamps with a UV-C output of not less than 160 watts. b) With two lamps operated, ballast draw shall not exceed 432 watts per lamp at operating voltage of 230V. c) Ballasts shall power the UV lamp to produce lamp-output of 1,180 microwatts/cm 2 UV at a distance of three meters in air when measured with an International Light IL 1700 radiometer. AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 8 E10179 – Whitecap WWTP UV Improvements Project F. UV Module 1. Each vertical UV module shall be precision fabricated in type 316L stainless steel to meet the NEMA-4 standards. The lid shall include six individual latches and clamp against an internal gasket. Four support legs shall connect the module enclosure to a bottom pan. 2. Each module shall be completely field serviceable while located in the channel and shall be fitted with water resistant NEMA-4 rated multi-pin connectors for power and data. 3. All electrical connections shall be above maximum operating water elevations to protect against electrical hazard. 4. The UV module has components in addition to UV lamps, such as a photosensor and a jacket cleaning system. These components are controlled & monitored remotely from the PCE through the PLC. 5. Each module will be equipped with lifting lugs to allow for the attachment of a lifting spreader so that the modules or banks of modules can be easily lifted with a standard hoist or similar lifting device specified elsewhere. 6. Automatic interlock protection will be incorporated into each module enclosure such that with the opening of the module enclosure lid power to the lamps will be automatically shut off. 7. To minimize cleaning frequency of the UV system each high output module must be equipped with mechanical wipers. The mechanical wipers must be motor driven and can be operated in either manual or automatic mode. The cleaning wipers shall be automatically initiated and controlled from the operator interface. Cleaning cycle intervals shall be field adjustable within the range of once per day to once per week. Each module shall be provided with an independent cleaning system which is actuated by an AC motor housed in the module, along with all required monitoring and control components so that each module’s cleaning system is independent, only requiring an initiate cycle command from the main controller. AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 9 E10179 – Whitecap WWTP UV Improvements Project 8. Mechanical Wipers a) Wipers shall be so designed such that they will provide effective and uniform cleaning performance, long service life, low replacement & maintenance costs, and compensation for wear over the life of the wiper. b) Wipers shall be fabricated of UV resistant material and installed in a manner that accommodates any irregularities associated with the quartz sleeves and precludes any binding during operation. c) The wipers shall be replaceable without having to dismantle the wiper drive system, removal of the quartz sleeves, or disassembly of the module structure. d) To further extend the life of the wipers they shall be normally parked above the water level elevation when not in use. This will also prevent disturbance to the hydraulics of the module during normal operation. e) The wiper system shall be mechanically driven with a single drive assembly. The drive shall incorporate a centrally located means of supporting and aligning the wipers properly throughout the travel. f) The wipers shall travel the full length of the UV lamp sleeves. Designs in which the wipers only travel part way along the sleeves will not be acceptable. 9. Module cleaning systems which rely on a centralized method (such as a compressor or hydraulic pump) for driving the wiper where the failure of that component would result in a loss of wiping capability in the whole system, shall be equipped with a back-up compressor or pump and associated automated valving to insure adequate cleaning of the quartz sleeves. 10. Each UV lamp module housing 36 low pressure high output UV amalgam lamps shall be equipped with flow dispersion baffles to improve hydraulic mixing and to create a uniform UV intensity field within the reactor. 11. The baffles shall be an integral part of the UV lamp module housing 36 low pressure high output UV amalgam lamps. 12. The baffle material shall be 316L stainless steel. G. Electrical 1. Power requirement of 230 volt, 3-phase, 5-wires, 60 hertz, shall be provided/Channel. The UV system manufacturer shall be responsible in AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 10 E10179 – Whitecap WWTP UV Improvements Project providing the 460Delta-230Y/133VAC/3Phase/60Hz/93KVA Stepdown transformer per UV Channel. 2. Maximum power consumption per module housing 36 low pressure high output lamps shall be 15.55 kW 3. Each module shall be completely field serviceable while located in the channel and shall be fitted with water resistant UL rated multi-pin connectors for power and data. Combined power and data shall not be acceptable. 4. Power interconnect cables and data cables provided in between the UV modules and the PCE/MPE shall be field terminated by the Electrical Contractor. 5. Power cable interconnecting conduit shall be provided by the Contractor. 6. Data cable interconnecting conduit shall be provided by the Contractor. 2.02 INSTRUMENTATION AND CONTROLS A. Power Center Enclosure (PCE) 1. The floor mounted PCEs shall be NEMA 4X rated for indoor/outdoor used and will be conveniently located as shown on the drawings. 2. Power will enter the PCEs from below and terminate in load centers that are mounted inside the PCEs. Each load center is provides power to a bank of modules in each UV disinfection channel. 3. Each module shall be protected by a panel mounted thermal magnetic circuit breaker device. These circuit breakers shall be mounted in the Power Center Enclosure (PCE). Each circuit breaker shall provide visual trip indication, be capable of regular testing. To ensure safe operation, ground fault circuit detection systems, which permit remote reset, shall not be used. 4. The Electronic Lamp Controllers are rack mounted within the PCE away from the UV lamp modules. 5. An air conditioner unit and sun shields shall be provided with each PCE to maintain proper operating temperature of the Electronic Lamp Controllers. 6. The PCE shall provide power to the UV lamp modules via plug-in multi-pin connectors, which makes disconnecting the modules quick and easy. This AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 11 E10179 – Whitecap WWTP UV Improvements Project facilitates module removal from the UV channel for inspection and cleaning when required. 7. The PCE panels shall be sized to easily accommodate the addition of future ballasts for the future bank #4 in each channel. B. Main PLC Enclosure (MPE) 1. The MPE, which houses the PLC controller, shall be mounted as shown on the UV Contract drawings. The minimum size shall be 48”H x 36”W x 12”D. The PLC Controller shall be an Allen Bradley CompactLogix, with a programmable NEMA 4X rated Panelview 1000 Plus Color Touch Screen which shall be mounted in the MPE door. The PLC will communicate with each UV module via ETHERNET Link between the MPE and PCE. 2. System operating information will be displayed on the Panelview screen in both color graphic and text format. The information must be continuously updated. As a minimum the following information shall be displayed in the main screen simultaneously: Number of channels/rows/banks/modules in service, UV intensity, communication link status, system flow pace mode (hand or auto) and UV lamp status. System command, control and status shall be accomplished through the Panelview main screen display. In the event of a fault the alarm color display will change from green to red until the alarm has been manually or automatically cleared. 3. Alarms shall, as a minimum, include: a. Module Communication failure b. UV Intensity Failure c. Individual Lamp Failure d. Adjacent lamp failure e. Number of Lamp Rows in operation f. Individual lamp age in hours g. Flow Meter Failure h. Cleaning System Failure 4. The alarm display will identify the affected module and then the actual component. 5. Information, such as individual lamp hours and cycles, shall be accessed using the touch screen display. Lamp cycles and hours shall be reset via a password-protected screen. 6. The automatic cleaning system shall be controlled and monitored by the PLC. Automatic control of the wipers shall be based on time, the operator AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 12 E10179 – Whitecap WWTP UV Improvements Project shall be able to alter the interval between cleaning cycles. Manual control of the wiper system shall be provided as well (up, down, stop). 2.03 AUTOMATIC LEVEL CONTROL A. FRP Weir Troughs shall be installed at the end of the UV Channels to maintain level control. B. The level of the water shall be maintained between 63” and 68” inches at all design flow conditions. 2.04 MODULE CLEANING SYSTEM (Cleaning Station) A. The UV system supplier shall furnish a 316L stainless steel liner with drain stub and cover for installation by the Contractor. The module cleaning station should accommodate one (1) module with 36 lamps immersed in citric or phosphoric acid (5-10% concentration with pH between 2.0-3.0). B. The location and elevation of the module cleaning station shall be coordinated with the location and lift of the overhead hoist by the Contractor and UV system supplier. C. The module cleaning station shall be provided with a drain connection. D. A 12.5 SCFM blower, air scrub hose and valve assembly shall be included by the manufacturer in order provide air to the cleaning tank. The motor starter is to be provided by the contractor 2.05 SPARE PARTS AND SAFETY EQUIPMENT A. The UV supplier shall furnish as part of the system the following spare parts and safety equipment: 1. (36) UV Lamps. 2. (36) Quartz Jackets. 8. (36) Mechanical Wipers. 4. (9) Electronic Lamp Controllers. 5. (1) UV Intensity Sensor. 6. Two (2) pairs of personnel goggles for protection against UV energy between 200 - 400 nanometers wave length. 7. Two (2) UV area warning signs. AquaRay® 3X High Output Vertical Lamp System UV Disinfection Equipment 46 66 59-T - 13 E10179 – Whitecap WWTP UV Improvements Project B. All spare parts and safety equipment are to be separately packaged. All packages are to have labels with quantity, item description and part number. 3.00 EXECUTION 3.01 INSTALLATION A. The Contractor shall construct the disinfection channels for the Ultraviolet Disinfection system as shown on the drawings and as recommended by the UV manufacturer. B. Equipment shall be installed in accordance with the manufacturer's shop drawings and written installation instructions. 3.02 ELECTRICAL CONNECTIONS AND WIRING A. The UV manufacturer shall furnish power and data cabling between the UV modules and the PCE/MPE. The incoming power supply, conduit, and field terminations will be the responsibility of the contractor. B. The contractor shall furnish power and control wiring as required for the air blower and electrically operated hoist. C. Equipment shall be delivered to site requiring minimal on-site labor for installation. Systems requiring extensive on-site wiring of the modules, and systems with more than one power and one data connection per module shall not be allowed. 3.03 MANUFACTURER'S FIELD SERVICES A. Installation and Start-Up Services shall include a minimum of eight (8) eight hour days in 3 trips. Training for Plant Operators and maintenance staff will be coordinated between the Owner, Contractor and UV supplier to ensure maximum effectiveness. B. Service personnel shall be fully qualified and full-time employees of the UV system manufacturer. C. Performance testing of the UV system, if required, will be the Contractor's responsibility. D. The UV supplier shall provide for engineer's approval a formal test protocol for use during performance tests. END OF SECTION Appendix 1 Sole Source Documentation UV Disinfection System 10431 Morado Circle, Suite 300 Austin, Texas 78759 512-617-3100 fax 512-617-3101 www.freese.com January 25, 2016 Pedro DaCruz Sales Director SUEZ Treatment Solutions, Inc. 600 Willow Tree Road Leonia, NJ 07605 Re: SUEZ Treatment Solutions Inc Aquaray®3X UV System – Whitecap Wastewater Treatment Plant Improvements Project Dear Pedro DaCruz: The City of Corpus Christi desires to sole-source SUEZ Treatment Solutions’ Aquaray® 3X UV Systems for the referenced project and to pre-negotiate a purchase price for this equipment. The scope of your work shall be to furnish equipment and other services identified in Section 46 66 59 and other sections of the Contract Documents. These equipment items and services include, but are not limited to: · Furnish submittal information as described in Section 01 33 01 and 46 66 59. · Furnish the equipment identified in Section 46 66 59, Sheet UV1, Sheet UV2, and Sheet UV3, including but not limited to: o Six (6) Aquaray® 3X UV Modules o PCE and power and data cables o Main PLC Enclosure o UV Intensity Monitoring System o UV Eye Shields o Personal Safety Equipment o Automatic dose/flow pacing system and Variable UV Lamp Output o Effluent Weir Troughs o Spare Parts o Start-Up, Testing, and Personnel Training o Module Lifting Frame o Mechanical Wipers System o Compressor, air hoses, and appurtenances for air scour system o Stepdown Transformers o Integrated Flow Dispersing Baffles · Deliver the equipment and spare parts described above F.O.B. to the Whitecap WWTP in Corpus Christi, Texas. Coordinate with Contractor for exact location and date of delivery. Spare parts and maintenance materials shall be in accordance with Contract Documents. · Provide Operation and Maintenance Manual. · Provide a warranty for the equipment as specified in the contract documents. We request that you provide us with a quote for the above equipment and services. This will allow us to indicate to the general contractor the price for your equipment and services to include within the total bid. 1-25-2016 Page 2 of 3 Please indicate your quote in the spaces provided below: Ozonia will furnish six (6) Aquaray® 3X, and associated equipment and services as described above for the lump sum of: Five Hundred and Ninety Two Thousand Dollars ($ 592,000) This price is valid for 180 calendar days after this document is signed. A complete equipment submittal package including all required items specified in the above sections is guaranteed to the Contractor for Engineer's approval 6-8 weeks following your receipt of purchase order. Manufacturer's completion of fabrication, equipment shipment and delivery to the job site is guaranteed at 18 weeks from your date of receipt to the Engineer approved submittal. Failure to meet the above guaranteed dates may impact the construction schedule and result in Contractor delays at a financial hardship to the City of Corpus Christi that may be transferred to Suez Treatment Solutions Inc. The manufacturer acknowledges the receipt of all addenda issued prior to 1-25-2016 and agrees that the quote provided in this letter reflects any changes shown in these addenda. Any additional modifications issued in future addenda that relate to the Aquaray® 3X equipment will require that a revised quotation letter be re -issued to replace the original quotation letter. The manufacturer shall be responsible to request for a revised quotation letter to be issued by the Engineer and agrees to return the complete letter fully executed a minimum of 48 hours prior to bid opening. L. Signed by: January 25, 2016 Pedro DaCruz Sales Director SUEZ Treatment Solutions Inc. Date 1-25-2016 Page 3 of 3 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of New Jersey, on this day personally appeared Pedro DaCruz, Sales Director, SUEZ Treatment Solutions Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of SUEZ Treatment Solutions Inc. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this 25th day of January, 2016. (SEAL) ,M''/ JOAN A ROQUENI �/ Notary Public 'n NOTARY PUBLIC The State of hti . NEW JERSEY � � I� �� ����� MY COMMISSION EXPIRES 421.2016 Notary's Prin ed Name My Commission Expires: Please return this completed letter with signatures to the attention of Mr. Jason Cocklin, at the address indicated on this letterhead on or before 1/26/2016. This letter, without any additional information or attachments (such as your standard terms and conditions), will be included in Appendix B of the Contract Documents. Please also complete the attached Non -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, Jason Cocklin, P.E., ENV SP Project Engineer Freese and Nichols, Inc. cc: (NAMES) NON -COLLUSION AFFIDAVIT SUEZ Treatment Solutions Inc. 600 Willow Tree Road Leonia, NJ 07605 January 25, 2016 Freese and Nichols, Inc. 800 N. Shoreline Blvd Suite 1600 N Attn: Jason Cocklin, P.E., ENV SP RE: Non -Collusion Affidavit Section 46 66 59 — Aquaray® 3X UV — Whitecap WWTP Improvements Project Dear Mr. Cocklin: SUEZ Treatment Solutions Inc is fully informed about the preparation and contents of the Bid and all the circumstances surrounding the Bid as explained by Freese and Nichols, Inc. Based on this understanding, SUEZ Treatment Solutions Inc proposes to provide equipment, materials and labor as detailed in the SUEZ Treatment Solutions Inc. Procurement Letter dated (1-25-2016). Neither SUEZ Treatment Solutions Inc. nor its local agent Hartwell Environmental Corporation has entered into any contract, combination, conspiracy or other act as prohibited by ARS Title 44, Chapter 10. This Bid is genuine. This bid is not a collusive or sham bid. Neither the Bidder nor any of the Bidder's owners, officers, partners, directors, agents, representatives, employees or parties in interest, including SUEZ Treatment Solutions Inc and Hartwell Environmental Corporation, have in any way entered, or proposed to enter, into any combination to prevent the making of any bid or fix to any prices (including overhead, profit, or other costs) of the Bid or have made any agreement or given or promised any consideration to induce any person not to bid for the work, or to bid at a specified price, or have secured, proposed or intended to secure through any agreement at unlawful advantage against the OWNER or any other person interested in the Work. This Bid is not intended to secure an unfair advantage or benefit from the OWNER or in favor of any persons interested in the proposed Agreement. The prices bid are fair and proper and are not tainted by collusion, conspiracy, connivance, or unlawful agreement on the Bidder or any other of the bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including SUEZ Treatment Solutions Inc. and Hartwell Environmental Corporation have divulged any information regarding the Bid to anybody other than Freese and Nichols and ourselves. Sincerely, Pedro DaCruz Sales Director SUEZ Treatment Solutions Inc 1-25-2016 Page 2 of 2 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of New Jersey, on this day, personally appeared Pedro DaCruz, Sales Director, SUEZ Treatment Solutions Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of SUEZ Treatment Solutions Inc.,. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this 25th day of January, 2016. (SEAL) My Commission Expires: Nota 'ublic in The State of Notary's Printed Name JOAN A ROQUENI NOTARY PUBLIC NEW JERSEY MY COMMISSION EXPIRES 4-21-2016 Appendix 2 Sole Source Documentation Inline Check Valve r�FREESE <NICHOLS 800 N. Shoreline Blvd, Suite 1600 N • Corpus Chrisit, Texas 78411 • 361-561-6508 • fax 361-561-6501 January 25, 2016 Mr. Randy Greene Secretary/Treasurer Municipal Valve & Equipment Company, Inc. 4547 Westgrove Drive Addison, TX. 75001 Innovative approaches Practical results Outstanding service www.freese.com Re: CheckMate® Inline Check Valve Procurement— Whitecap Wastewater Treatment Plant Improvements Project Dear Mr. Greene: The City of Corpus Christi desires to sole -source CheckMate® Inline Check Valve for the referenced project and to pre -negotiate a quote for this equipment. The scope of your work would be to furnish equipment and other services identified in Section 33 12 16.37 "Inline Check Valves" and other, referenced, sections of the Contract Documents. These equipment items and services include, but are not limited to: • Furnish submittal information as described in Section 0133 01 Section 33 12 16.37. • Furnish the equipment identified in Section 33 12 16.37 Sheet RPS1 and Sheet RPS3, including but not limited to: o 54 -inch Inline Check Valve. • Deliver the equipment and spare parts described above F.O.B. to the Corpus Christi Whitecap WWTP in Corpus Christi, Texas. Coordinate with Contractor for exact location and date of delivery. Spare parts and maintenance materials shall be in accordance with Contract Documents. • Provide start-up training and testing services as described in the Contract Documents. • Provide Operation and Maintenance Manual. • Provide a warranty for the equipment as specified in the Contract Documents. We request that you provide us with a quote for the above equipment and services. This will allow us to indicate to the general contractor the price for your equipment and services to include within the total bid. Please indicate your quote in the spaces provided below: Municipal Valve & Equipment Company will furnish one (1) Inline Check Valve, and associated equipment and services as described above for the lump sum of: Thirty Six Thousand Seven Hundred Twelve dollars and No cents ($ $ 36,712.00 This price is valid for 180 calendar days after this document is signed. January 25, 2016 Page 2 of 3 A complete equipment submittal package including all required items specified in the above sections is guaranteed to the Contractor for Engineer's approval 6 weeks following your receipt of purchase order. Manufacturer's completion of fabrication, equipment shipment and delivery to the job site is guaranteed at 16 weeks from your date of receipt to the Engineer approved submittal. Failure to meet the above guaranteed dates may impact the construction schedule and result in Contractor delays at a financial hardship to the City of Corpus Christi that may be transferred to Municipal Valve & Equipment Company. The manufacturer acknowledges the receipt of all addenda issued prior to January 25, 2016 and agrees that the quote provided in this letter reflects any changes shown in these addenda. Any additional modifications issued in future addenda that relate to the CheckMate° Inline Check Valve equipment will require that a revised quotation letter be re -issued to replace the original quotation letter. The manufacturer shall be responsible to request for a revised quotation letter to be issued by the Engineer and agrees to return the complete letter fully executed a minimum of 48 hours prior to bid opening. Signed by: /-6 Randy Gree Secretary/Treasurer Municipal Valve & Equipment Company January 27 , 2016 Date January 25, 2016 Page 3 of 3 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State o on this day personally appeared Mr. Randy Greene, Secretary/Treasurer, Municipal Valve& Equipment Company, Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of Municipal Valve & Equipment Company for the purposes and consideration herein expressed an • in the capacity therein stated. I) Given under my hand and seal of office (SEAL) ''" STEPHANIE M. GUIDRY o�' Notary Public, State of Texas ;4•N My Commission Expires aig .'''�i March 06, 2017 My Commission Expires: Notary's Printed Name hdf) 9-0(7 Please return this completed letter with signatures to the attention of Mr. Jason Cocklin, at the address indicated on this letterhead on or before January 28, 2016. This letter, without any additional information or attachments (such as your standard terms and conditions), will be included in Appendix 2 of the Contract Documents. Please also complete the attached Non -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, Jason Cocklin, P.E., ENV SP Project Manager Freese and Nichols, Inc. cc: Red Valve Company NON -COLLUSION AFFIDAVIT Municipal Valve & Equipment 4547 Westgrove Drive Addison, TX. 75001 January 28, 2016 Freese and Nichols, Inc. 800 N. Shoreline Blvd Suite 1600 N Corpus Christi, Texas 78411 Attn: Jason Cocklin, P.E. RE: Non -Collusion Affidavit Section 33 12 16.37 Inline Check Valves — Whitecap WWTP Improvements Project Dear Mr. Cocklin: Municipal Valve & Equipment Company Inc. is fully informed about the preparation and contents of the Bid and all the circumstances surrounding the Bid as explained by Freese and Nichols, Inc. Based on this understanding, Municipal Valve & Equipment Company proposes to provide products as detailed in the Municipal Valve & Equipment Company Procurement Letter dated January 25, 2016. Neither Municipal Valve & Equipment Company nor the manufacturer, Red Valve Company Inc., has entered into any contract, combination, conspiracy or other act as prohibited by ARS Title 44, Chapter 10. This Bid is genuine. This bid is not a collusive or sham bid. Neither the Bidder nor any of the Bidder's owners, officers, partners, directors, agents, representatives, employees or parties in interest, including Municipal Valve & Equipment Company and Red Valve Company Inc., have in any way entered, or proposed to enter, into any combination to prevent the making of any bid or fix to any prices (including overhead, profit, or other costs) of the Bid or have made any agreement or given or promised any consideration to induce any person not to bid for the work, or to bid at a specified price, or have secured, proposed or intended to secure through any agreement at unlawful advantage against the OWNER or any other person interested in the Work. This Bid is not intended to secure an unfair advantage or benefit from the OWNER or in favor of any persons interested in the proposed Agreement. The prices bid are fair and proper and are not tainted by collusion, conspiracy, connivance, or unlawful agreement on the Bidder or any other of the bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including Municipal Valve & Equipment Company and Red Valve Company Inc., have divulged any information regarding the Bid to anybody other than Freese and Nichols and ourselves. Sincerely, Randy G ene Secretary/Treasurer Municipal Valve & Equipment 01/28/16 Page 2 of 2 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of , on this day personally appeared Mr. Randy Greene, Secretary/Treasurer, Municipal Valve & Equipment Company, Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of Municipal Valve & Equipment Company, Inc. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this (SEAL) STEPHANIE M. GUIDRY 4e0.474.4%,„ r P`��': Notary Pub11C, Stote of Texas F. My Commission Expires rr ,'fid 1144* Oro March 06, 2017 My Commission Expires: of r t� 2016. in and f r (i@ @L(X)J Nota s Printed ame Appendix 3 Sole Source Documentation Submersible Pumps INICHOLSFREESE January 25, 2016 Frank J. Pardo Direct Sales Representative Xylem, Inc. 1959 Saratoga Blvd. #29 Corpus Christi, TX 78417 Innovative approaches Practical results Outstanding service Re: Flygt Pumps Procurement — Whitecap Wastewater Treatment Plant Improvements Project Dear Mr. Pardo: The City of Corpus Christi desires to sole -source Xylem Inc.-Flygt Pumps systems for the referenced project and to pre -negotiate a quote for this equipment. The scope of your work would be to furnish equipment and other services identified in Section 44 42 56.04 "Submersible Pumps" and other, referenced, sections of the Contract Documents. These equipment items and services include, but are not limited to: • Furnish submittal information as described in Section 0133 01 and Section 44 42 56.04. • Furnish the equipment identified in Section 44 42 56.04, Sheet RPS1, and Sheet RPS2 as specified in the Contract Documents. o Three (3) Submersible Pumps ■ Model: Flygt NP -3153.185 • Deliver the equipment and spare parts described above F.O.B. to the Corpus Christi Whitecap WWTP in Corpus Christi, Texas. Coordinate with Contractor for exact location and date of delivery. Spare parts and maintenance materials shall be in accordance with Contract Documents. • Provide start-up training and testing services as described in the Contract Documents. • Provide Operation and Maintenance Manual. • Provide a warranty for the equipment as specified in the Contract Documents. We request that you provide us with a quote for the above equipment and services. This will allow us to indicate to the general contractor the price for your equipment and services to include within the total bid. Please indicate your quote in the spaces provided below: Flygt will furnish three (3) (submersible pumps), and associated equipment and services as described above for the lump sum of: 54E.4 40 h ok-nov-.Jiwn { vv44PCi fi' i dollars and +43i cents ($ 391 2S •s ) This price is valid for 180 calendar days after this document is signed. January 25, 2016 Page 2 of 3 A complete equipment submittal package including all required items specified in the above sections is guaranteed to the Contractor for Engineer's approval 6 weeks following your receipt of purchase order. Manufacturer's completion of fabrication, equipment shipment and delivery to the job site is guaranteed at 16 weeks from your date of receipt to the Engineer approved submittal. Failure to meet the above guaranteed dates may impact the construction schedule and result in Contractor delays at a financial hardship to the City of Corpus Christi that may be transferred to Xylem, Inc. The manufacturer acknowledges the receipt of all addenda issued prior to January 25, 2016 and agrees that the quote provided in this letter reflects any changes shown in these addenda. Any additional modifications issued in future addenda that relate to the Flygt Submersible Pumping equipment will require that a revised quotation letter be re -issued to replace the original quotation letter. The manufacturer shall be responsible to request for a revised quotation letter to be issued by the Engineer and agrees to return the complete letter fully executed a minimum of 48 hours prior to bid opening. Signed by: t 142.6', 2016 rank Pardo Date Direct Sales Representative Xylem, Inc. January 25, 2016 Page 3 of 3 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of TC-XOIS , on this day personally appeared Mr. Frank J. Pardo, Direct Sales Representative, Xylem, Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of Xylem, Inc. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this clay of t a CinUO U,, 2016. (SEAL) #l�.+trto� JIDClI� Notary Publ in and for The State of e}(,c KARINA JUAREZ Notary Public STATE OF TEXAS My Comm. Exp. 03-05-2019 t et uCtre7_ Notary's Printed Name My Commission Expires: 0S- 5_ 2.-D ICA Please return this completed letter with signatures to the attention of Mr. Jason Cocklin, at the address indicated on this letterhead on or before January 28, 2016. This letter, without any additional information or attachments (such as your standard terms and conditions), will be included in Appendix 3 of the Contract Documents. Please also complete the attached Non -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, eadk Jason Cocklin, P.E., ENV SP Project Manager Freese and Nichols, Inc. NON -COLLUSION AFFIDAVIT Xylem, Inc. 1959 Saratoga Blvd. #29 Corpus Christi, TX 78417 January 28, 2016 Freese and Nichols, Inc. 800 N. Shoreline Blvd Suite 1600 N Corpus Christi, Texas 78411 Attn: Jason Cocklin, P.E. RE: Non -Collusion Affidavit Section 44 42 56.04 — Submersible Pumps — Whitecap WWTP Improvements Project Dear Mr. Cocklin: Xylem, Inc. is fully informed about the preparation and contents of the Bid and all the circumstances surrounding the Bid as explained by Freese and Nichols, Inc. Based on this understanding, Xylem, Inc. proposes to provide equipment, materials and labor as detailed in the Xylem, Inc. Procurement Letter dated January 28, 2016. Neither Xylem, Inc. nor its local agent (Frank J. Pardo) has entered into any contract, combination, conspiracy or other act as prohibited by ARS Title 44, Chapter 10. This Bid is genuine. This bid is not a collusive or sham bid. Neither the Bidder nor any of the Bidder's owners, officers, partners, directors, agents, representatives, employees or parties in interest, including Xylem, Inc. and Flygt Products, have in any way entered, or proposed to enter, into any combination to prevent the making of any bid or fix to any prices (including overhead, profit, or other costs) of the Bid or have made any agreement or given or promised any consideration to induce any person not to bid for the work, or to bid at a specified price, or have secured, proposed or intended to secure through any agreement at unlawful advantage against the OWNER or any other person interested in the Work. This Bid is not intended to secure an unfair advantage or benefit from the OWNER or in favor of any persons interested in the proposed Agreement. The prices bid are fair and proper and are not tainted by collusion, conspiracy, connivance, or unlawful agreement on the Bidder or any other of the bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including Xylem, Inc. and Flygt Products have divulged any information regarding the Bid to anybody other than Freese and Nichols and ourselves. Sincerely, J. Pardo Direct Sales Representative Xylem, Inc. Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Mr. Frank J. Pardo, Xylem, Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of Xylem, Inc. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this (SEAL) day of nnunr j , 2016. Notary Public in and for KARINAJUAREZ Notary Public I The State of T (a' STATE OF TEXAS 1 My Comm. Exp. 03-05-2019 A ,Kari li& ';JcLlre_L. Notary's Printed Name My Commission Expires: 0 3- 05- 2_019 Appendix 4 Geotechnical Report September 4, 2014 Freese and Nichols, Inc. 800 North Shoreline Boulevard, Suite 1600 N Corpus Christi, Texas 78401 Attention: Mr. Shane Torno, P.E. • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE WHITECAP WWTP 3RD UV CHANNEL AND RE -LIFT PUMP STATION City of Corpus Christi Project No. E10179 Whitecap WWTP Whitecap Boulevard Corpus Christi, Texas RETL Job No. — G114184 Dear Mr. Torno, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and analysis for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted herewith for your records and distribution to the design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), Texas Professional Engineering Firm No. — 2101, would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, �, ,• _L _ _.- f,% Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 OFFICE. (361) 883-4555 • FAX: (361) 883-4711 10856 VANDALE ST. SAN ANTONIO, TEXAS 78216-3625 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE WHITECAP WWTP 3RD UV CHANNEL AND RE -LIFT PUMP STATION CITY OF CORPUS CHRISTI PROJECT NO. E10179 WHITECAP WWTP WHITECAP BOULEVARD CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G114184 PREPARED FOR: FREESE AND NICHOLS, INC. 800 NORTH SHORELINE BOULEVARD, SUITE 1600N CORPUS CHRISTI, TEXAS 78401 SEPTEMBER 4, 2014 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. - 2101 bio i MARK C. ROCK . 71395 :# Mark C. Rock, P.E. Vice President of Operations r�SOFTS v •...• ' ••gVnv *: '.akt ISTOPHER A. ROCK i -o'. 95866 4� t+• e;:: PCENSts?•'*S v6�s• ONAI� Christopher A. Rock, P..E..``a�� Vice President Corpus Christi TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 1 DESCRIPTION OF SITE 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Observations 4 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 5 Groundwater Observations 6 OSHA Soil Type Classification 7 FOUNDATION DISCUSSION AND RECOMMENDATIONS 8 Project Description 8 PVR Discussion 8 FOUNDATION RECOMMENDATIONS 8 Slab -on -Grade Foundation Recommendations 8 Conventional Spread Footings/Mats and Continuous Strip Footings 10 Retaining Structures 11 CONSTRUCTION CONSIDERATIONS 11 Site Preparation 11 Select Fill 11 Earthwork and Foundation Acceptance 12 Utilities 12 Expansion Joints 12 Dewatering Construction Considerations 13 GENERAL COMMENTS 14 APPENDIX Boring Location Plan Boring Logs B-1 through B-4 Xenco Laboratories Analytical Report 489173 Key to Soil Classifications and Symbols September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation recommendations for proposed Whitecap WWTP 3rd UV Channel and Re - Lift Pump Station (City of Corpus Christi Project No. E10179) to be constructed at the Whitecap WWTP located at the west terminus of Whitecap Boulevard in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and Freese and Nichols, Inc. Authorization The work for this project was performed in accordance with RETL proposal number P030113A (Revision No. 3) dated April 25, 2014. The proposal was incorporated into a Freese and Nichols, Inc. Sub -Consultant Authorization document approved and signed by Mr. Ron Guzman, P.E., representing Freese and Nichols, Inc., on July 2, 2014 and returned to RETL via e-mail. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide geotechnical recommendations suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of geotechnical recommendations and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by the City of Corpus Christi and Freese and Nichols, Inc. and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, RETL will provide the additional information requested as a supplement to this report. 1 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. This study was conducted for the City of Corpus Christi and Freese and Nichols, Inc. for the proposed Whitecap WWTP 3rd UV Channel and Re -Lift Pump Station (City of Corpus Christi Project No. E10179) to be constructed at the Whitecap WWTP located near Whitecap Boulevard in Corpus Christi, Texas. DESCRIPTION OF SITE The site of the existing waste water treatment plant is at the west terminus of Whitecap Boulevard located in Corpus Christi, Texas. The site is relatively open and level. The surface of the site is covered with grass with areas of barren ground. Existing plant equipment was observed and the site has perimeter fencing. Evidence of underground utilities and overhead electric were observed at the site. At the time of our field investigation, the condition of the ground surface was firm did not pose any significant difficulties to the drill crew moving their equipment. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the boring operations and obtaining disturbed split spoon samples. During the sample recovery operations, the soils encountered were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." Four borings were performed at this site for the purpose of providing geotechnical information. The table below provides the boring identification, boring depth, ground surface elevations and GPS coordinates at the boring locations: 2 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas SUMMARY OF BORING INFORMATION Boring Identification Boring Depth (ft.) Ground Surface Elevations (ft.) GPS Coordinates B-1 50 9.0 N 27° 36.175' W 97° 15.046' B-2 50 9.5 N 27° 36.189' W 97° 15.027' B-3 60 8.7 N 27° 36.185' W 97° 15.014' B-4 50 9.9 N 27° 36.144' W 97° 14.972' The GPS coordinates, obtained at the boring locations using a commercially available GPS, are provided in this report and on the boring Togs. Freese and Nichols, Inc. determined the scope of the field work and RETL staked the boring locations. EnviroCore, Inc., a drilling subcontractor to RETL, performed the drilling operations. All sitework was coordinated with the City of Corpus Christi. Upon completion of the drilling operations and obtaining the groundwater observations, the drill holes were backfilled with excavated soil and the site cleaned as required. A Boring Location Plan is provided with this report. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. This information is provided on the boring logs and includes boring locations, boring depth, soil classification, soil strengths and laboratory test results. The boring Togs are included in the Appendix. Drilling and Sampling Procedures The test borings were performed using a drilling rig equipped with a rotary head turning hollow stem augers to advance the boreholes. Disturbed soil samples were obtained employing split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. 3 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas Field Tests and Observations Standard Penetration Tests — During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is obtained by adding the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Observations — Water level observations were obtained during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — The ground surface elevations at the boring locations were provided by others. All depths referred to in this report are measured from the ground surface at the boring locations during the time of our field investigation unless specified otherwise. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the soils at this site. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318), Potential Of Sulfate Attack On Concrete Or Lime Stabilized Soil tests (Standard Method E300) and percent material finer than the #200 sieve tests (ASTM D1140). All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs and test reports provided in the Appendix. 4 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 General WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas SUBSURFACE CONDITIONS The types of soils encountered in the test borings have been visually classified and are described in detail on the boring Togs. The results of the standard penetration tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The soil conditions encountered at the project site have been summarized and soil properties including soil classification, strength, plasticity and active and passive earth pressure coefficients are provided in the following table: Soil Profile Table D Generalized Soil Description LL PI C ye Ka Kp 0-7 Poorly Graded SAND NP NP 0 28 110 0.36 2.77 7-23 Poorly Graded SAND & Silty Clayey SAND NP NP 0 28 50 0.36 2.77 23-33 Poorly Graded SAND & Silty Clayey SAND NP NP 0 30 55 0.33 3.0 33-38 Poorly Graded SAND & Silty Clayey SAND --- --- 0 28 50 0.36 2.77 38-48 CLAYEY Sand --- --- 2,600 0 60 0.38 2.6 48-60 Poorly Graded SAND & Silty Clayey SAND NP NP 0 33 55 0.29 3.39 5 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3R1) UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) 41= Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf Ka = Active Earth Pressure Coefficient KP = Passive Earth Pressure Coefficient NP = Non -plastic It should be noted that exceptions to the soil conditions depicted in the table exist. Of particular interest is the absence of the clayey sand stratum between the depths of 38 to 48 -feet at boring location B-4 where a medium dense sand was encountered. Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. The trench protection utilized when constructing the lift station and UV channel should be designed to provide the most conservative design given the design parameters for the active and passive earth pressure coefficients provided in the tables above. It should be noted that the values for the design of braced excavations provided in the tables above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN", written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and 4-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: GROUNDWATER (GW) OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION B-1 8' GW at 7' and Caved at 8' B-2 8' GW at 8.5' and Caved at 9' B-3 8' GW at 7' and Caved at 8' B-4 8' GW at 7' and Caved at 8.5' 6of14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas Based on observations made in the field and moisture contents obtained in the laboratory, it appears as if the average depth to groundwater at this site is estimated to be near the 7 -foot depth at the time of our field investigation. The sandy surficial soils may store storm water after significant rainfall events resulting in groundwater being at, or near, the ground surface. Water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, and drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site based on the soils encountered at the boring locations: D DESCRIPTION OSHA SOIL TYPE Stable Rock Vertical CLASSIFICATION 0-7 Sand Above the Water Table Type C 7-20 Sand Below the Water Table Type C It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4 Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1'/z Horizontal : 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require much flatter slopes. The guidelines presented herein for slopes do not imply RETL is taking responsibility for construction site safety; this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. 7 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas FOUNDATION DISCUSSION AND RECOMMENDATIONS Project Description Based on information provided to RETL, the project will include the construction of a re - lift pump station and three UV channel structures. Preliminary information indicates that the proposed re -lift pump station will be founded at a depth of approximately 10 - feet below the existing grade at the site and will measure 2 -feet thick and 22 -feet long and 20 -feet wide, the UV channel structures will have depths of approximately 20 -feet below grade. In addition, an electrical building with a footprint on the order of approximately 600 square feet and a generator pad with a footprint on the order of approximately 240 square feet will be constructed. The electrical building will be a single -story, CMU block walled, metal joist and metal deck roofed structure and will be supported by a deep foundation system. It should be noted that preliminary loads have not been provided. If this information is available, it should be forwarded to RETL so we might refine our recommendations. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at this site are non -expansive sand soils. Based on the non -expansive nature of the soils encountered within the active zone at this site, it is RETL's opinion that the potential vertical rise (PVR) is not a design consideration. Due to the soils encountered at this site and the description of the structures planned for construction at this site, RETL will be providing recommendations for both slab -on - grade foundations to support the proposed electrical building and footing foundations to support the proposed generator pad, UV Channels and Re -Lift Pump Station. If it is desirable to support the proposed electrical building on deep foundations, then RETL will provided deep foundation recommendations as a supplement to this report. FOUNDATION RECOMMENDATIONS Slab -on -Grade Foundation Recommendations A monolithic stiffened grid type beam and slab -on -grade foundation is feasible to support the proposed electrical building planned for construction at this site if foundation movements of approximately 1 -inch can be tolerated. It should be noted that rigid exterior walls and interior partitions are subject to distress with the slightest soil related foundation movements, even differential movements as small as 1 -inch. 8 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas Interior and exterior grade beams should be founded in natural in-situ soils or properly compacted non -expansive select fill at a minimum depth of 2 or 2% -feet, respectively, below the finished floor slab elevation. Interior and exterior grade beams founded as recommended above can be designed for a net allowable unit soil bearing pressure of 1,300 psf. The net allowable unit soil bearing pressure provided utilizes a safety factor of 2.5. Concentrated loads should be placed at widened footing locations, at intersection of grade beams or where haunches can be constructed if loading conditions warrant increased bearing area. The beams should be a minimum of 12 -inches wide to reduce the potential for localized shear failure and the beams should be spaced a maximum of 20 -feet apart, in both directions. The Structural Engineer may vary beam depths and spacing based on experience designing and constructing similar type structures on sites with similar subsurface soil conditions. The "Design of Slab -On -Ground Foundations," published by the Wire Reinforcement Institute, Inc. (Aug., 1981), utilizes the design criteria provided in the table below: WRI Design Criteria Climatic Rating (Cw) 17 Effective Plasticity Index Less than 15 Soil/Climatic Rating Factor (1-C) 0.05 Maximum Beam Spacing In Both Directions (ft) 20 A soil supported floor slab is subject to vertical movements, as discussed earlier in this report. Even slight differential movements on the order of 1 -inch can cause distress to interior wall partitions and rigid exterior walls or facades supported by a shallow slab - on -grade foundation, resulting in cosmetic damage. This amount of movement should be understood and addressed during the design phase of the proposed structure planned for construction at this site. 9 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas Conventional Spread Footings/Mats and Continuous Strip Footings Conventional spread and continuous strip footings are suitable to support the generator pad, UV Channels and Re -Lift Pump Station. The table below provided proposed structure, founding depth and allowable bearing pressure: Allowable Bearing Pressures for Footings/Mats Proposed Structure Bearing Depth Below Existing Grade (ft) Allowable Bearing Pressure (psf) Generator 1'/2' To 4' 650 UV Channels 20' 4,500 Re -Lift Pump Station 1'/2' 650 Re -Lift Pump Station Vault 12' 2,500 The allowable unit bearing pressures provided in the table above include a safety factor of 3.0 and take into account groundwater at, or near, the ground surface. The allowable unit bearing pressures provided may be increased by 1/3 for transient loads, such as wind loads. Footings designed using the net allowable unit soil pressures provided could expect total settlements to be approximately 1 -inch and differential settlements to be approximately 1/2 -inch. Footings with larger areas that will be subject to loading from equipment may undergo structural analysis required the modulus of subgrade reaction (K). For the poorly graded sand and silty clayey sand soils encountered from the ground surface to a depth of 20 feet it is recommended to utilize a modulus of subgrade reaction of K = 200 pci. In order to minimize the effects of any slight differential movement that may occur due to variations in the character of the supporting soils, it is recommended that all footings be suitably reinforced to make them as rigid as possible. Foundation excavations may be neat cut with conventional excavation equipment, preferably with a smooth -mouthed bucket. If a toothed bucket is used, excavation with this equipment should be stopped 12 -inches above the final grade and the foundation excavation completed with a smooth -mouthed bucket or by hand labor. The subgrade soils at the depth the footing will be founded shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), at or above, the optimum moisture content. All debris and loose material in the bottom of the excavation should be removed prior to steel placement. RETL recommends that a lean concrete seal slab be placed at the footing foundation bearing levels to provide a firm working surface that will withstand some wetting and drying. 10 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 Retaining Structures WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas The UV channels and Re -Lift Pump Station with depths to 20 -feet will behave as retaining walls. Equivalent fluid density values for an active condition were evaluated for various backfill materials. These values are presented below: Backfill Material Equivalent Fluid Density, PCF a. Sandy or silty clay fill, P1= 15 to 25 65 b. Clean sand fill, P1 < 15 50 It is very important to note that these equivalent fluid densities do not include the effect of seepage pressures, groundwater, and surcharge loads due to equipment, vehicular loads or future storage near the walls. It is recommended that the backfill behind the walls be free draining in nature. Compaction operations for fill soils for each lift shall begin at the wall and work away from the wall in an effort to minimize excessive stress on the wall during construction. CONSTRUCTION CONSIDERATIONS Site Preparation Where slab -on -grade foundations will be constructed it is recommended to remove all soil, loose soils, vegetation and all loose or excessively organic materials to a minimum depth of 6 -inches below the ground surface. The excavation should extend a minimum distance of 5 -feet outside the perimeter of the proposed structure. The upper 1 -foot of exposed subgrade soil shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content shall be maintained at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and recompacted in place. Upon completion of the subgrade preparations, a sufficient amount of properly compacted non -expansive select fill soils shall be placed in the excavation in order to achieve the desired finished floor slab elevation. Select fill shall be placed in such a manner to provide a uniform select fill pad thickness supporting the proposed structure. Select Fill Due to the on-site soils being non -plastic, maintaining grade beam integrity is a concern. Therefore, it may be prudent to utilize select fill material with a maximum liquid limit of 40 -percent and a plasticity index of 5 to 18 to construct the building pad. All select fill should be placed in no greater than 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Select fill with a minimum plasticity index of 5 will assist in keeping grade beam excavations open during placement of reinforcing steel and concrete. 11 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas If non -plastic, poorly graded sand select fill is used, some sloughing off of the soils should be expected during excavation of the grade beams. This soil should be cleaned out of the beam excavations prior to placement of reinforcing steel and concrete. Existing site soils, free from organics and other objectionable materials, may be used as select fill at this site provided the contractor accepts the sloughing potential of this material and that grade beam grooming prior to placing concrete will likely be required. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing levels if excavations remain open for long periods of time. Therefore, it is recommended that the excavations be extended to final grade as soon as possible to minimize potential damage to the bearing soils. The foundation bearing levels should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation concrete constituents should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted non -expansive select fill soils as directed by the Geotechnical Engineer. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation and fill placement. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of a minimum of three in-place nuclear tests per testing interval. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Utilities Utilities that project through foundations or walls at this site should be designed with either some degree of flexibility, or with sleeves, in order to prevent damage to these lines should vertical movement occur. Expansion Joints Expansion joints should be designed and placed in various portions of the structures. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. 12 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it appears that dewatering will be required to construct the proposed lift station and UV channels. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions, therefore, it should be made the responsibility of the contractor to verify depths to groundwater. A unit cost price for dewatering should be included in the contract documents. The following discussion is general information that may be useful where dewatering operations are required. For construction of shallow excavations, open drainage or interceptor ditches can be expedient and relatively inexpensive method for lowering the groundwater table a slight distance. The interceptor ditch has to penetrate deeper than the elevation of the work area. Water collecting in such ditches normally has to be pumped out of the ditch for disposal. Since gravity flow is relied upon to bring the water to the ditch, the continued inflow is dependent on the water level in the ditch being kept low. With this method, it is common to construct small pits in the ditch, termed sump pits, for locating the necessary pumps (sump pumps). The drawing down of the water table can also be accomplished by constructing a series of sump pits, or, if greater depth is required, some type of drainage wells around the construction area and pumping the water from these pits or wells. For dewatering to intermediate depths (to about 30 -feet but more if sufficient area is available for installing the necessary equipment) well -point systems are normally used. To dewater an area, a series of well points is installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well -point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10 -feet. 13 of 14 September 4, 2014 Attn.: Mr. Shane Torno, PE RETL Job No.: G114184 WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20 -feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two-stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lower the water table to the additional depth necessary to complete the excavation in dry conditions. Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation excavations prior to concreting or backfilling in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundations if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 14 of 14 APPENDIX September 4, 2014 Attn: Mr. Shane Torno, PE RETL Job No.: G114184 BORING LOCATION PLAN WHITECAP WWTP 3RD UV CHANNEL & RE -LIFT STATION Whitecap Boulevard Corpus Christi, Texas ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 0 0 J W 0 0 0 Cr0_ 0 a 0 U w 0 0 Z o m LLI 0i 0 J P��G `�� FSr Rock Engineering & Testing Lab., Inc. eG iti 6817 Leopard St. *-1 OC Corpus Christi, TX 78409 <4eo9 a�P ° Telephone: (361) 883-4555 r 0 Fax: (361) 883-4711 ay Sao CLIENT: Freese and Nichols, Inc. PROJECT: Whitecap WWTP 3rd UV Channel LOCATION: Whitecap Blvd.; Corpus Christi, TX NUMBER: G114184 DATE(S) DRILLED: 06/22/14 - 06/22/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 6' during drilling operations. GW at 7' and caved at 8' upon completion of drilling operations. SURFACE ELEVATION: 9.0 LL PL PI DESCRIPTION OF STRATUM POORLY GRADED SAND brown, dry, loose. _ _ - 5 - SS SS S-2 g N= 5 Z N. 5 1 9 NP NP NP 2 Same as above. (SP) Same as above. POORLY GRADED SAND with silt, greenish gray, moist, =SS - - 10 - S-3 SS S-4 B N= 6 Q g N= 3 3 20 NP NP NP 7 loose. (SP -SM) Same as above, medium. Same as above, with shell fragments. POORLY GRADED SAND greenish gray, moist, loose. - - 15 SS S-5 S 6 z N= 15 Z N= 20 26 23 _ - 20 -S-7 - - 25 _ 30 - - 35 - SS Ss 3-8 S 9 s- o V N= 7 A N= 10 g N= 7 Z N= 15 23 22 22 26 NP NP NP 1 Same as above, medium. Same as above, loose. (SP) POORLY GRADED SAND, with shell fragments, greenish gray, moist, medium. CLAYEY SAND, greenish gray, moist, stiff. _ 40 - _ 45 _ SS S-11 SS S-12 7 N= 13 vp 6, N= 14 22 18 48 Same as above, light gray. SILTY CLAYEY SAND greenish gray, moist, medium. III _ SS -13G PN= 18 23 50 _S Boring was terminated at a depth of 50 -feet. N - STANDARD PENETRATION TEST RESISTANCE P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth was determined by Freese and Nichols, Inc. and boring location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sut consultant to RETL, at GPS Coord. N 27° 36.175' W 97° 15 046'. NP= Non -Plastic LOG OF BORING B-2 SHEET 1 of 1 P>�G G`a�e FSA Rock Engineering & Testing Lab., Inc. OCti� 6817 Leopard St. Corpus Christi, TX 78409 <t °9q vP•o FeTelephone: ep on : (361) 883-4555 A. ) ay 44 CLIENT: Freese and Nichols, Inc. PROJECT: Whitecap WWTP 3rd UV Channel LOCATION: Whitecap Blvd.; Corpus Christi, TX NUMBER: G114184 DATE(S) DRILLED: 06/26/14 - 06/26/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SO FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SO FT) MINUS NO. 200 SIEVE (%) F 2 J 0 5 a PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 8' during drilling operations. GW at 8.5' and caved at 9' upon completion of drilling operations. SURFACE ELEVATION: 9.5 LL PL PI DESCRIPTION OF STRATUM POORLY GRADED SAND, brown, dry, medium. (SP) _ _ 5 - SS S-1 SS S-2 g N= 17 Z N. 7 1 2 NP NP NP 2 Same as above, loose. Same as above. (SP) POORLY GRADED SAND greenish gray, moist, loose. - - _ _ - 10 - SS S-3 SS S-4 B N= 8 Z N= 6 1 24 NP NP NP 3 Same as above, medium. Same as above, with shell fragments, loose. POORLY GRADED SAND greenish gray, moist, medium. - - • - 15 - _ _ - 20 - 25 - __ • 30 - _ :- 35 - SS S-5 s s SS S-7 SS S-8 ss S-9 SS S-10 l.� N= 13 v N= 8 g N= 13 v7N= 18 N= 22 v N= 1 23 27 25 24 22 24 4 6 Same as above. Same as above. POORLY GRADED SAND with silt and shell fragments, greenish gray, moist, very loose. SILTY CLAYEY SAND with shell fragments, greenish gray, _ 40 SSg S-11 N= 2 30 16 moist, very loose. Clay seam encountered. CLAYEY SAND greenish gray, moist, very stiff. Sand seam . % 45 - SS S-12 S N= 26 20 encountered. SILTY SAND, greenish gray, moist, medium. . "• - 50 - SS S-13 R N= 25 20 s i i 5 Boring was terminated at a depth of 50 -feet. N - STANDARD PENETRATION TEST RESISTANCE P POCKET PENETROMETER RESISTANCE Di T - POCKET TORVANE SHEAR STRENGTH 3 REMARKS: Boring depth was determined by Freese and Nichols, Inc. and boring location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sut consultant to RETL, at GPS Coord. N 27° 36.189' w 97° 15.027'. NP= Non -Plastic LOG OF BORING B-3 SHEET 1 of 1 G `1'4i;9' ES Rock Engineering & Testing Lab., Inc. 0 �� ti� 46 6817 Leopard St. OC Corpus Christi, TX 78409 <'°a QQP•o Fax:47 p 361 8hone: 83-4761) 883-4555 T° �c ) er ``'' CLIENT: Freese and Nichols, Inc. PROJECT: Whitecap WWTP 3rd UV Channel LOCATION: WhitecapBlvd.; Corpus Christi, TX p NUMBER: G114184 DATE(S) DRILLED: 06/26/14 - 06/26/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 8' during drilling operations. GW at 7' and caved at 8' upon completion of drilling operations. SURFACE ELEVATION: 8.7 LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX LL PL PI DESCRIPTION OF STRATUM - - - _ _ - 5 - SS S-1 SS S-2 Z N= 9 3 7 N= 7 8 NP NP NP 12 POORLY GRADED SAND with silt, brown, dry, loose. Same as above. (SP -SM) Same as above, moist, medium. POORLY GRADED SAND, with shell fragments, brown, moist, S 3 N= 10 Y- 18 _ 10 - SS 5-4 _� s N= 5 24 loose. Same as above, greenish gray. (SP) Same as above, medium. POORLY GRADED SAND with shell fragments, greenish _ _ - 15 - 20 = SS S5 SS S-6 SS S Z N= 9 22 Z N= 15 19 v N. 7 23 NP NP NP NP NP NP 3 1 gray, moist, loose. (SP) SILTY CLAYEY SAND, greenish gray, moist, loose. _ - 25 - _ _ - 30 - _ - 35 - _ - 40 - SSg S-8 SS S-9 SS S-10 SS S-11 N= 8 24 c7N= 10 27 uN= 12 21 vN= 14 21 16 Same as above, medium. Clay seam encountered. Same as above, with shell fragments, brown. SILTY CLAYEY SAND, brown, moist, medium. CLAYEY SAND, greenish gray, moist, very stiff. Sand seam i'c'y / _ 45 - - SS S-12 N= 25 18 — encountered. POORLY GRADED SAND, with shell fragments, greenish U D:•: >::- 50 - SS S-13 N= 19 24 3 gray, moist, medium. SILTY CLAYEY SAND with shell fragments, greenish gray, L ;.. 0 - ': ;_ �• -.- 55 . •:. _ SS - S-14 _ SS S-15 V N= 26 22 v N= 43 20 20 moist, medium. Same as above, dense. $ 60 5 5 - Boring was terminated at a depth of 60 -feet. N - STANDARD PENETRATION TEST RESISTANCE 33 P - POCKET PENETROMETER RESISTANCE ;; T - POCKET TORVANE SHEAR STRENGTH o REMARKS: Boring depth was determined by Freese and Nichols, Inc. and boring location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sut consultant to RETL, at GPS Coord. N 27° 36.185' w 97° 15.014'. NP= Non -Plastic m 1- 0 U' 1- 0 0 CC 0 c� a wco w a 0 G a `a��P`a rssT Rock Engineering & Testing Lab., Inc. �o �' ' .� corpus Christi, TX 78409 OC '�0 Co p Leopard St. eO94T �,�� Telephone 88361) 883-4555 a1 y Sao CLIENT: Freese and Nichols, Inc. v �- . V1 PROJECT: Whitecap WWTP 3rd UV Channel LOCATION: Whitecap Blvd.; Corpus Christi, TX NUMBER: G114184 DATE(S) DRILLED: 06/22/14 - 06/22/14 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT JI COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) F 2 J 0 5 a PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 8' during drilling operations. GW at 7' and caved at 8.5' upon completion of drilling operations. SURFACE ELEVATION: 9.9 LL PL PI DESCRIPTION OF STRATUM POORLY GRADED SAND with silt, brown, dry, loose. - - _ 5 SS Ss S-2 N. 3 Z N= 4 2 a NP NP NP 9 (SP -SM) Same as above. Same as above, moist, medium. (SP -SM) POORLY GRADED SAND with silt, brown, dry, medium. _ - 10 - _ _ 15 - S 3 S a S 5 S 6 N= 10 Z N= 14 z N= 9 7, N= 8 22 7 22 22 NP NP NP NP NP NP 6 10 Same as above, with shell fragments, moist, loose. Same as above, greenish gray. (SP -SM) POORLY GRADED SAND with shell fragments and gravel, ' _ _ - 20 - - - 25 - - 30 - - 35 SS S-7 Ss S-8 SS S-9 S- o 7 N= 6 Z N= 12 Z N= 12 Z N= 15 24 22 23 23 1 greenish gray, moist, loose. Same as above, medium. Same as above. POORLY GRADED SAND greenish gray, moist, medium. SILTY CLAYEY SAND greenish gray, moist, medium. _ _ - 40 - _- - 45 SS S-11 S 12 SS S-13 c7 N= 18 N= 13 Z N= 11 22 19 20 16 17 Same as above. Clay seam encountered. Same as above. 50 Boring was terminated at a depth of 50 -feet. N - STANDARD PENETRATION TEST RESISTANCE P -POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth was determined by Freese and Nichols, Inc. and boring location was determined by RETL. Boring operations were performed by EnviroCore, Inc., a drilling sut consultant to RETL, at GPS Coord. N 27° 36.144' w 97° 14.972'. NP= Non -Plastic Analytical Report 489173 for Rock Engineering & Testing Laboratory, Inc. Project Manager: Morgan Schummer Whitecap WWTP 3rd UV Channel and Re -Lift Pump Station G114184 17-JUL-14 Collected By: Client XENCO Laboratories rJLA w wbr. ups, 4143 Greenbriar Dr., Stafford, TX 77477 Xenco-Houston (EPA Lab code: TX00122): Texas (T104704215 -14 -16 -TX), Arizona (AZ0765), Florida (E87l002), Louisiana (03054) New Jersey (TX007), North Carolina(681), Oklahoma (9218), Pennsylvania (68-03610) Xenco-Atlanta (EPA Lab Code: GA00046): Florida (E87429), North Carolina (483), South Carolina (98015), Kentucky (85), DoD ( L10-135) Texas (T104704477), Louisiana (04176), USDA (P330-07-00105) Xenco-Lakeland: Florida (E84098) Xenco-Odessa (EPA Lab code: TX00158): Texas (T104704400 -TX) Xenco-Dallas (EPA Lab code: TX01468): Texas (T104704295 -TX) Xenco Phoenix (EPA Lab Code: AZ00901): Arizona(AZ0757) Xenco-Phoenix Mobile (EPA Lab code: AZ00901): Arizona (AZM757) Xenco Tucson (EPA Lab code:AZ000989): Arizona (AZ0758) Page 1 of 10 Final 1.000 XENCO Laboratories 17-JUL-14 Project Manager: Morgan Schummer Rock Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, TX 78409 Reference: XENCO Report No(s): 489173 Whitecap WWTP 3rd UV Channel and Re -Lift Pump Station Project Address: Morgan Schummer: We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number(s) 489173. All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field, or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative, all data reported in this Analytical Report are in compliance with NELAC standards. The uncertainty of measurement associated with the results of analysis reported is available upon request. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will be analyzed, evaluated and reported using all other available quality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and reproduced in full, unless written approval is granted by XENCO Laboratories. This report will be filed for at least 5 years in our archives after which time it will be destroyed without further notice, unless otherwise arranged with you. The samples received, and described as recorded in Report No. 489173 will be filed for 60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged with you. We reserve the right to return to you any unused samples, extracts or solutions related to them if we consider so necessary (e.g., samples identified as hazardous waste, sample sizes exceeding analytical standard practices, controlled substances under regulated protocols, etc). We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any questions concerning this report, please feel free to contact us at any time. Resp fully, 12/gra) 1 1 Georgia Jones Project Manager Recipient of- the Prestigious Small Business Administration Award of- Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston - Dallas - Odessa - San Antonio - Tampa - Lakeland - Atlanta - Phoenix - Oklahoma - Latin America Page 2 of 10 Final 1.000 XENCO Laboratories Sample Id B-1;11.0'-12.5' B-2; 18.5'-20.0' B-3; 8.5'-10.0 B-4; 3.5-5.0' l'ere;nn I '® Sample Cross Reference 489173 Rock Engineering & Testing Laboratory, Inc., Corpus Chri Whitecap WWTP 3rd UV Channel and Re -Lift Pump Station Matrix Date Collected 07-10-14 13:00 07-10-14 13:00 07-10-14 13:00 07-10-14 13:00 Page 3 of 10 Sample Depth 11.0 - 12.5 ft 18.5 - 20.0 ft 8.5 - 10.0 ft 3.5 - 5.0 ft Final 1.000 101 TJIA IPA eon L1134 Lab Sample Id 489173-001 489173-002 489173-003 489173-004 XENCO Laboratories Client Name: Project Name: Project ID: G114184 Work Order Number(s): 489173 CASE NARRATIVE Rock Engineering & Testing Laboratory, Inc. Whitecap WWTP 3rd UV Channel and Re -LW Pump Station Report Date: 17-JUL-14 Date Received: 07/11/2014 Sample receipt non conformances and comments: Sample receipt non conformances and comments per sample: None Page 4 of 10 Final 1.000 ?JL XENCO Laboratories Project Id: G114184 Contact: Morgan Schummer Project Location: Analysis Requested Anions by EPA 300 Sulfate Certificate of Analysis Summary 489173 Rock Engineering & Testing Laboratory, Inc., Corpus Christi, TX Project Name: Whitecap WWTP 3rd UV Channel and Re -Lift Pump Station Date Received in Lab: Fri JuI-I 1-14 09:15 am Report Date: 17-JUL-14 Project Manager: Georgia Jones Lab !d: 489173-001 489173-002 489173-003 489173-004 Field !d: B-1,11 0'-12 5' B-2; 18.5'-20.0' B-3; 8.5'-10.0 B-4, 3 5-5 0' Depth: 11 0-12 5 ft 18.5-20.0 11 8 5-10 0 11 3 5-5 0 11 Matrix: SOIL SOIL SOIL SOIL Sampled: Jul -l0-14 13 00 Jul -10-14 13:00 Jul -10-14 13 00 Jul -10-14 13 00 Extracted: Jul -14-14 14:29 Jul -14-14 14.29 Jul -14-14 14 29 Jul -14-14 14.29 Analyzed: Jul -15-14 17:46 Jul -15-14 18 04 Jul -15-14 18 23 Jul -15-14 12 03 Units/RL: mg/kg RL mg/kg RL mg/kg RL mg/kg RL 154 200 219 200 449 999 6388 200 This analytical report, and the entire data package it represents, has been made for your exclusive and confidential use The interpretations and results expressed throughout this analytical report represent the best Judgment of XENCO Laboratones XENCO Laboratones assumes no responsibility and makes no warranty to the end use of the data hereby presented Our liability is limited to the amount invoiced for this work order unless otherwise agreed to in writing. Houston - Dallas - San Antonio - Atlanta - Tampa - Boca Raton - Latin America - Odessa - Corpus Christi Version I °. Page 5 of 10 Final 1.000 ,704d'aeoftzo Georgia Jones Project Manager XENCO Laboratories Flagging Criteria146.4•1114.116 1.11 !,U X In our quality control review of the data a QC deficiency was observed and flagged as noted. MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix /chemical interference. or a concentration of target analyte high enough to affect the recovery of the spike concentration. This condition could also affect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank. Its presence indicates possible field or laboratory contamination. D The sample(s) were diluted due to targets detected over the highest point of the calibration curve, or due to matrix interference. Dilution factors are included in the final results. The result is from a diluted sample. E The data exceeds the upper calibration limit: therefore, the concentration is reported as estimated. F RPD exceeded lab control limits. J The target analyte was positively identified below the quantitation limit and above the detection limit. U Analyte was not detected. L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte. The department supervisor and QA Director reviewed data. The samples were either reanalyzed or flagged as estimated concentrations. 11 The LCS data for this analytical batch was reported above the laboratory control limits. Supporting QC Data were reviewed by the Department Supervisor and QA Director. Data were determined to be valid for reporting. K Sample analyzed outside of recommended hold time. JN A combination of the "N" and the "J" qualifier. The analysis indicates that the analyte is "tentatively identified" and the associated numerical value may not be consistent with the amount actually present in the environmental sample. ** Surrogate recovered outside laboratory control limit. BRL Below Reporting Limit. RL Reporting Limit MDL Method Detection Limit SDL Sample Detection Limit LOD Limit of Detection PQL Practical Quantitation Limit MQL Method Quantitation Limit LOQ Limit of Quantitation DL Method Detection Limit NC Non -Calculable + NELAC certification not offered for this compound. * (Next to analyte name or method description) Outside XENCO's scope of NELAC accreditation Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERV/CE and OUAL/TY Houston - Dallas - San Antonio - Atlanta - Midland/Odessa - Tampa/Lakeland - Phoenix - Latin America 4143 Greenbnar Dr, Stafford, TX 77477 9701 Harty Hines Blvd , Dallas, TX 75220 5332 Blackberry Drive, San Antonio TX 78238 2505 North Falkenburg Rd, Tampa, FL 33619 12600 West 1-20 East, Odessa, TX 79765 6017 Financial Drive, Norcross, GA 30071 3725 E. Atlanta Ave, Phoenix, AZ 85040 Phone (281) 240-4200 (214) 902 0300 (210) 509-3334 (813)620-2000 (432) 563-1800 (770) 449-8800 (602) 437-0330 Fax (281)240-4280 (214) 351-9139 (210) 509-3335 (813) 620-2033 (432) 563-1713 (770) 449-5477 Page 6 of 10 Final 1.000 XENCO Laboratories Work Order #: 489173 Lab Batch #: 945787 Date Analyzed: 07/15/2014 Reporting Units: mg/kg Anions by EPA 300 Analytes Sulfate Blank Spike Recovery Project Name: Whitecap WWTP 3rd UV Channel and Blank Spike Recovery [D] = I00•[C]/[B] All results are based on MDL and validated for QC purposes. BRL - Below Reporting Limit ,n io Sample: 658455 -1 -BKS Date Prepared: 07/14/2014 Project ID: Matrix: Solid Analyst: DEP PJM ': Static G114184 Batch #: 1 BLANK /BLANK SPIKE RECOVERY STUDY Blank Result IAI Spike Blank Added Spike IBI Result ICI Blank Spike %R IDI Control Limits %R <10.0 100 102 102 90-110 Page 7 of 10 Final 1.000 Flags XENCO Laboratories Work Order # : Lab Batch ID: Date Analyzed: Reporting Units: Sulfate Lab Batch ID: Date Analyzed: Reporting Units: Sulfate 489173 945787 07/15/2014 mg/kg Anions by EPA 300 Analytes 945787 07/15/2014 mg/kg Anions by EPA 300 Analytes Matrix Spike Percent Recovery [D] = 100*(C-A)/B Relative Percent Difference RPD = 2001(C-F)/(C+F)I ND = Not Detected, J = Present Below Reporting Limit, B = Present in Blank, NR = Not Requested, 1 = Interference, NA = Not Applicable N = See Narrative, EQL = Estimated Quantitation Limit, NC = Non Calculable - Sample amount is > 4 times the amount spiked. Form 3 - MS / MSD Recoveries Project Name: Whitecap WWTP 3rd UV Channel and Re -Lift Pump QC- Sample ID: Date Prepared: Parent Sample Result IA1 <13 7 QC- Sample ID: Date Prepared: Parent Sample Result IA 1 <13 2 487888-003 S Project ID: GI14184 Batch #: 1 Matrix: Soil 07/14/2014 Analyst: DEP MATRIX SPIKE / MATRIX SPIKE DUPLICATE RECOVERY STUDY Spike Added IBI Spiked Sample Result ICI 137 487888-006 S 07/14/2014 Spiked Sample %R IDI Spike Added IEI Duplicate Spiked Sample Result IFI Spiked Dup. RPD %R ISI Control Limits %R P.m Ea awe.. 1.1,L Control Limits Flag %RPD 133 97 137 141 103 6 80-120 20 Batch #: I Matrix: Soil Analyst: DEP MATRIX SPIKE / MATRIX SPIKE DUPLICATE RECOVERY STUDY Spiked Sample Spike Result Added ICI IBI Spiked Sample IDI Spike Added IEI Duplicate Spiked Sample Result IFI Spiked Dup. %R ISI RPD Control Limits %R Control Limits Flag %RPD 132 133 101 132 134 102 1 80-120 20 Matrix Spike Duplicate Percent Recovery [G] = I00'(F-AVE Page 8 of 10 Final 1.000 XENCD LABORATORIES Setting the Standard since 1990 Statford,Texas (281-2404200) Dallas, Texas (214-902-0300) Service Center - San Antonio, Texas CHAIN OF CUSTODY Page Odessa, Toxos (432-563.1800) Lakeland, Florida (883-648.8528) Norcross, Georgia (770.449.0 Tampa, Florida (813-8202000) xa,ao Ouato Xapo Job Proloci information di Company Cn/ Heportln6 btlormatlal Prdleta Nam/Number: p W1J_SC T` V- Company Address: J PrWset location: C-, I0 y 1$v'%.) �►t I D1\1 �� SS S. CT t' u , tic:%1: W'tcAtP_DAs 1��,A:, C. V-� �:\t. �� I 1 . Phone No: invoice To:e% —� Email:Phone ��co&Ne�ac ri• Ccs �1 L1 �-`�-- 1 MOr �lc'`� �t�V-^"� `�► �a Prol.ct confect: MocCAc c. S;.hv,M f. Po Nit 4 J i' ....Name: A\314. L�'msJ.. t,Y,. 11`k IVA 10 vs) Fled ID /Point of Collection 3 4 5 -\• ‘‘.o' t,-g.�' - ao•1t 3.5` Sample Dtn�#F: Dar 11.01-114 ''aa de s '; 10 n Ttno Iatric la boales IfiftWalittiOn Matrix Codes A= Air S . SolUSed1Solld GW =Ground Water DW = Drinking Water P . Product SW • Surface water SL = Sludge WW= Waste Water W=Wipe D=D0 WW= Waste Water Field Comments 6 7 8 9 10 Sane Day TAT Next Day EMERGENCY 6 Day TAT 1S,17 Day TAT ID 2 Day EMERGENCY El 3 Day EMERGEtNCv Contract TAT n Lave! NSW OC Q Level IV (Foe Data Pka her data) O Lava M Set OC+ Force I ! TRRP Laval N Laval 3 (CLP Fore) t l UST / RG -411 TRAP Checklist TAT Starts Day received by Lab, if received by 3:00 pin SAMPLE CUSTODY MUST BE DOCUSIDGE) BELOW EACH TE SAMPLES CHANGE FOSSES INCLUDING COMBER Dela Time: +Ieelyrr 8Y: Relinquished By: if 1, immommen Inqulahod by: RoUnqulshod by: Dao Tian: d samples aonallues a valid purchase ado from cleat Hotlw: 1pnabx� d this trtaxnea and rolrqumixnan taster Dela nom: Dale Tian: Custody Sea a Preserved where FED•EX 1 UPS: TracIdng Received By: 2 RaNv.d By: 4 On Lao Cooler Tamp. nogkestad under a hay exsdbd x�p and kr osselet, aupmrtracrro oM XENCO'e atm+�pd tame e,d coroteona a sondes Moss WwbusM --�(-r g1.tS From (381) 883-4555 Roetta Rock 6817 Leopard St Corpus Christi. TX 78409 Origin ID: CRPA Fedka Exps E J14101402070326 SHIP TO: (281) 240.4200 Sampling and Receiving XENCO Laboratories 4143 GREENBRIAR DR STAFFORD, TX 77477 BILL SENDER Ship Data 10JUI14 ActWgt 13.0 LB CAD 1017188284NET3480 Delivery ii�iii�imini11un Ref # Invoice # PO # Dept # i 11 Ta 7705 6873 9726 FRI-11 JUL AA STANDARD OVERNIGHT AB SGRA 111 i i 1 Iq 522G21ED4FIF2'D 11 1 11 77477 TX.US IAH i After printing this label: 1. Use the 'Print' button on this page to print your label to your laser or inkjet printer. 2. Fold the printed page along the horizontal line. 3. Race label in shipping pouch and affix it to your shipment so that the barcode portion of the label can be read and scanned Warning Use only the printed orlgmaUsing I label for shipping. a photocopy of this label for shipping purposes is fraudulent a could result in additional billing charges. along with the cancellation of your FedEx account number. Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide, available on fede ccomFedEx w ill not be responsible for any claim in excess of $100 per package, w hether the result of Toss, damage, delay, non-delivery,misdelivery,or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a timely claimlirritations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss, including intrinsic value of the package loss of sales, income interest, profit, attorney's fees, costs, and other forms of damage w hether direct, incidental,consequential, or special s limited to the greater of $100 or the authorized declared value. Recovery cannot exceed actual documented Ioss.Maximum for items of ext aordinary value is $1,000, e.g. jew elry, precious metals, negotiable instruments and other iters listed in our ServiceGuide. Written claims must be filed w ithin strict time limits, see current FedEx Service Guide. Page 10 of 10 Final 1 000 Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM Symbol TERMS CHARACTERIZING SOIL Major Divisions Letter Hatching Color NAME STRUCTURE GW r • p Lu 'Well – graded gravels or gravel – sand mixtures, little or no finesrt SLICKENSIDED – having inclined planes Of weakness that are slick and glossy in GRAVEL GP ° a I Pc" Poorly -graded gravels or gravel – sand mixtures, little or no fines appearance FISSURED – containing shrinkage cracks, frequently filled with fine sand AND GRAVELLY SOILS GM y c it „ 1ff 0 Silty gravels, gravel – sand – silt mixtures or silt; usually more or less vertical LAMINATED (VARVED) – composed of thin layers of varying color and COARSE GRAINED SOILS GC 'I 0 • >! Lu } Clayey gravels, gravel - sand – clay mixtures texture, usually grading from sand or silt at the bottom to clay at the top. SW • w Well - graded sands or gravelly sands, little or no fines CRUMBLY – cohesive soils which break into small blocks or crumbs on drying CALCAREOUS – containing appreciable SAND SP rI Poorly –graded sands or gravelly sands, little or no fines quantities of calcium carbonate, generally nodular. WELL GRADED – having wide range in AND SANDY SOILS SM J Silty sands, sand – silt mixtures grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of SC l/r�y��J/yt I J } Clayey sands, sand – clay mixtures one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) � ML 1 I Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SYMBOLS FOR TEST DATA SILTS AND CLAYS CL 4 2 w 0 Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays M/C = 15 – Natural moisture content in percent. FINE LL < 50 OL — – – — Organic silts and organic silt -clays of low plasticity = 95 – Dry unit weight in lbs/cu ft. Qu = 1.23 – Unconfined compression GRAINED— SOILS SILTS MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts strength in tons/ sq ft. 51 – 21 – 30 – Liquid limit, Plastic limit, and Plasticity index. AND CLAYS LL > 50 CFI / w , m Inorganic clays of high plasticity, fat clays 30% FINER – Percent finer than No. 200 mesh sieve OH .Ah 'i~` ,�whin w. Organic clays of medium to high plasticity, organic silts 30 B/F – Blows per foot, standard penetration test. HIGHLY ORGANIC SOILS P. 1.2 ,, •, Lu z < 0 Peat and other highly organic soils Y – Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (2) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS / FT, STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very loose Loose Firm (medium) Dense Very Dense 0 – 4 4 – 10 10 – 30 30 – 50 over 50 Very Soft Soft Plastic (med. Stiff) Stiff Very Stiff Hard < 2 2 – 4 4 – 8 8 – 15 15 – 30 over 30 < 0.25 0.25 – 0.50 0.50- 1.00 1.0 – 2.00 2.00 – 4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. - YIOL 'LL uor .lop ACAD Rel: 19.1s (UIS Tech) Filename: N:\Stondard\GN-ALL-COVER.dvrg 'Last Soved: 1/27/2016 1:02 PAA Saved By: ddh r not 380338 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If nal one Inch an No sheet. adlusl scale. REVISION N0. DATE BY DESCRIPTION REVISION NO. DATE Brr DESCRIPTION WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE TITLE SHEET - VICINITY MAP it CITY OF CORPUS CHRISTI TEXAS fJepartment of Engineering Services �7 VNICHOLS 800 N. Shoreline. Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fos (361) 561 6501 PRQII(CT NO / COR12J1J eV Phenols. Inv_ Team R ..d EnOn rwy r'+m f-2144 o o 0 m u+oZOOI — 910Z F 0 s ACAD Rel: 19.1s (LMS Tech) Filename: N:\Standard\GN-ALL-INDEX.dwg Last Saved: 1/28/2016 2:13 PM Saved By: 02376 A W O ( N WO CO J cn 01 A W N W 0 (O Co V 0) 0) CO U) U) U) (J) U) (/1 V1 U1 N U) U1 V1 N N N U1 U1 U) O CO V 0) N A (...+ 0 CO CO V 0) (P A W N —. 0 S11V130 313a3NO3 SlIV130 11Va0NVH EQUIPMENT PAD FOUNDATION PLAN AND DETAILS SNOIL03S NOIIVIS dVlfld SN01133S NOIIVIS dVlfld NVId NOLLVIS dVlfld SN01133S 31,1f113 11VHSaVd PARSHALL FLUME PLAN AND SECTION SNOIIO3S 13NNVH3 - I -1 -1 -1 -1 - m rl m m m m A :0 A A XIX) 03 CO CO CO CO CO N W W W WWWWW Z Z Z Z Z Z D D m m 0 z 0 -I z 0 10 0 0 0 Z z (a D U) m z K c K � Z D Z O Z c c Z O D C D 0 D c• -' 0 c z A . A O m W m m A • 73 D W D U1 ,V, a3af113Vs1NVW NVId 1Vaf113la1S 0 Z z D z 0 N NJ NJ IV A W N N 0 CO :O ;U 7) 1.0) N - SN01133S ONIdId 1V3INVH3310,1 NVId ONIdId 1V3INVH33W NO11VIS dWfld 131-1-32I 0)0)0) (1)0101010101 CO J J J V J J J V J V (0 CO J 0) UI A W N — O (O CO J 0) CP A W N — 0 0 O 0 0 0 0 0 0 0 0 0 0NJ LO 0 CO o (0 Ca V 0) 01 A W N - 0 STORM WATER POLLUTION PREVENTION STANDARD DETAILS, 0 W STORM WATER POLLUTION PREVENTION PLAN NOTES, 0 m D n V130 ONVONVIS a3M3S z z D D Z z D D D D 3237373 W N N N m PI P1 m m m m 71 A 73 :0 N (/) N D --I D D Z Z Z Z D D D 0 A O O 0 O O O 0 0 0 m m m m D D D D Vl trn N 1 N Cf, A W N 0 0 0 0 0 M T1 T1 M (P (I) (J) 0) 0) rD m m D OZ C O .71D it W O 00 pD D 0 C 0) 01 z N D (4) z 0 0 m 1- N m 0 m F (1) 1t U WATER STANDARD DETAILS FIRE HYDRANT, VALVE BOX AND LID, 2 OF 4 03 > -I m m S7 1- (A D DZ Z O OD m O W O m m D M 1= Z O y m -1 D - (n- 0 - 03 -9 A 0 Z V S3ION 1Va3N30 NOISAS CURB, GUTTER AND SIDEWALK STANDARD DETAILS 0 0 0 0 4. 0 0 0 V 01 C1 r P1 01 m P1 r o D D D D D D z z z z z z O D D D D D D r r r r r I- O 0000000 OO000000 D D D D C • N Li) V Ir/) V V) V • 1 1 1 1 I I 0 V 0) U) A W N Tl (n --4 D z 0 0 0 m W N N01133S ONV NVId S11V130 ONV SN01133S S11V134 1VOINVHO311 N0113IS (INV NVId UV FILTER AND PARSHALL FLUME CO V 0) CD A W N O M m m m m 0) A W N ,V, Sa321f113V3f1NVw AND DETAILS MANUFACTURER 'B' ,9, a3af113V.If1NVW NVId SECTIONS AND DETAILS MANUFACTURER 'A' OVERALL LAYOUT AND PIPING PLAN MANUFACTURER 'A' 1VOINVHO3W 0 C) 0 0 U) A W N 0 01 Sf103NV1133SIIN ELECTRICAL SITE IMPROVEMENTS PLAN SIN3W3A0ad NI 311S z z NVId ONIdId :SONIMV2ia CO J En CD A 1,4 N 0 0 0 0 0 0 0 V 01 W A W N WVaOVlO MO1.i SS330ad 1081N00 133f0ad S10801AS OaVONVIS 31f103H3S ON11S31 S310N 1Va3N30 X 0) 01 01 01 01 0) 01 0) 0) Cf, U Cn Cn N N N Cn Cn (!t Cn A A A A A (0 CO V (7) 0) A W N — 0 CO 0) V 0) CP A W N — 0 (0 CO V CY, 0) S. N N N PI M N N rl m m m m mm m m m m M CO J m m PI PI N m (./ N- 0 (O CO V 0) U) A o N O DIESEL FUEL STORAGE SYSTEM DETAILS ELECTRICAL PANEL SCHEDULES ELECTRICAL CONDUIT CABLE CONDUIT SCHEDULE Z 133HS `S1IV130 1V31213313 133HS `S11V130 1V312110313 0 0 ')1 m N Z JO Z 133HS >130113 VGV3S 1331 -IS X13018 V(V3S m m m m m m m m m m m m m m m m m m ✓ r r r r r r r r r r r r r r 1 - PI m m m m m m m m m m m m m m m m m m O C) 0 0 0 0 0 0 0 0 0 C) 0 (7 C) (7 0 0 -1 -t -1 -1 -1 -1 -1 -1 -t -1 -I -1 -1 -1 -1 -t -1 -1 .l) Z1 71 ZI 73 T1 71 73 Z1 Z1 X M 73 A Z1 71 73 T3 DDDDDDDDDDDDDDDDDD r r r r r r r r r r r r r r r r r r 0 ▪ U) 0 rn 73 'T1 C CO W r z U1 m r r U) r (! C) Z Z (% m ,- G r D m m X -11 - r 2 2 m m �1 I mIM In M O A -i m N -1 1 m m o 3 r r W A Z IT�i N N m -0 Z U) N-0 z D D Z C -1 U) -y �) n y C) O D D C7 C7 m m 'U W m _1 %� Z -i -i � 01 O 0 Z C O Z O W Z < O O c Om = _ J. - O -0 0 D Z r < O O �1 t207 m O _Z m m N mi mi K D D 0 0 0 N- Z O Q N 13 Q D Z -i 5 z Z Z x D Z Z 'D Z N N m 2 2 z a -I ▪ -I N011I10 NOIlJ10I130 N 0 0 m m N N NOIII10V130 dVW All 1NO1211O313 D ti 31111 133HS N 2 m 31111 133HS X34NI 133HS X3aNl 133HS VERIFY SCALE Bar Is one inch on original 0 1 drawing. 10 not ane inch on this sheet, adjust scale. REVISION NO. DATE 8Y DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 1 133f0Nd ALIO WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE SHEET INDEX CITY OF CORPUS CHRISTI = TEXAS Deportment of Engineering Services r�KMo�s 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. A COR12313 1E OF %% Sm • ® s�I it m• ".* . '• JASON COCK®t®N %$'•112750 'S liS//04961041) CEN"'V=moi 01/29/2016 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2114 0 0 9\p opuolS\•N OU ACAD Rel: 19.1s (LMS Tech) Filename: N:\Standard\CN-ALL-NOTES.dwg Last Saved: 1/26/2016 3:12 PM Saved By: ddh N t0 c V m (I W N p aJ O 0000z O= -170 om rZ= mD Om Tm1OO momx 20)0 TO-1'-ZA -1J0 00 A -IA DM000 000POAD 00D,TDj0C-IA ZODO-1= D22r Z m '00 zZ m<m Dr zO m23zZ MKO(n DDZ mzmorm MD '� O DO OODCZ �DZ<�f�nr ZNmmOrA- m rZ=m z CDmD XA n� �2 X00 mm 0m n-.InZrA O�ZZ r0� �0n0(m/10 A,TGj� F. -1Z O o0 �0��� CO ��(noA-I�DD,��T] m C0 Jm mO�ZDnoorDr 3m CO my Or<T1� CZ i- m!T1_nCDj y� n WZCD') OOCONm mmcm ,� m 0)m �m0mn mm izO.Sm COD�OZNC� DOrnCN Am(CjnOV1A rz*1N ND 0m 02.Z,1 fAn� m3 C z(n0 ���� moO �Am*O(�1 ^DrA-Tt ZX I'A-I �m miP• N�O� ON O�NSZ �A�OOmO ��f,�j 0��12*1 �nG=mZC ▪ N ZN �o� 0, 2 mom-. <Omm DAN z.Z51012T1D Cfn*10 Om �� DVIO XI �N OOOmA A(m/1 O�OmmZO mD z�VIN mo -1 -I 1 A 0 0 = _ _om ,Zmj O!'TtO �Dc �� �m T< DmA �Z 0) ='�< D mmmD D<D N�yn�m m0-1 AO D DD OC]DOD mCDZ01=' OOmZrDmO z, m0 ?rnDz-DimM 0m W -I mm mm OPN �N ��r0'�2� M M ���y ZOO c�Oz mm ��Z ��'I-TJ MCp rm *0-°01- �o�nvZN m> 0M-4 = �OI'210Dm_o -1roAaN A-OSO DO �W Dm OX A ZNZAm �Z1zO Orm >co,0O D w mM �v AAAA =mNA�Z A��ZNA()Z AZO<� 'nor �vlZp �� 0(\/1 LOnZ Jnr A� m �D�00 �A00 Z<A m0mnm oZ< pm O DO ZOMrn ZOm (70 OA0)mo <�0 0'00 0,-,o-1xD �mA� Z < DOrri2D In O mrZp� D00 A� mo AmD Z� V1� OmDC ZDN<ON� OmZO01 m Cj10 O G m� �m A Ar DZ A AC 02 (/1< DO' DO C�� DOmz� mm nm rZ 0 Omm oD �m�m� DmWZ zpD I . GC-�O(m/1 Nz D ZD-pr0T1OZ =mOOD�rO*1 OO�Z�mOi mo 0_ ,mm 010 00 m� �O m A N ,17Z m m Fin -0 Z`2 A O Orn '��ZAOr V1 �- TGj o� �fA*1N z m�Z�r Zl CD2 Z C nzmD zn m 0 m m m0 rr1 D -vim 4OD rr rm0m m D D (nD mO:U Z(mj iN-r= mmmOOmHA DZODD i0 zOm 01 VIA m -0 0 Z AT, DAm� Oz rrOmN ZOO O r Ar mom m'WV1m DV1 Kz D A- 0 ZO z1� N ZO:Orn D O O mo- mA GO nZ.Z1X Z Zm ZO D<fzl 0112•1 .Zl r mr m0 O OAmVl rim 2D mon ZmZZ oZm0m �y00.00 mm C ?ter o� m - 00) 0 o 01-92O mAo OtA'to DO OWtn m f<*1 ''1� A:0=N CO �1X'A Dr ZXZ�OmmGO �rZr A<DOm� ZZ m MDT m0 �N�, .ZM>°0 IZZ� A SAWN r� ZJ A (�- mD �OUIO CJ -.Z�1N OBD 0120000 O Z�m�Or • 00 o m <�m <m 0) 3-o 0 Good AZT 00<AOD ��� ui C1 �GzO D0r0 ZA���D A�D�NAO Otmll r<i�-Di 0 Z-1 O N m VI mTI 0 mNO Or =DN A D ON 2J, OmGZOO Zf<*1 mZ m WA AmA0O 0 OmDT O O m SAD 0z� O Off. A OCr,.1 '2 ApOZr ��- m r Z_ OOAx 0�1 znAAmmZm ZNTIOZ zm OZ Z -o m A z _, ZO O < A 00W AGZ (DO Com m00 m NZ O�OGN =zA(D/I�D NC T�N On cn2<*0 OmnO Z.. O A W X20 mm �1 N -120 Z- M0-1 - o mon Z D ZTDxO- zwm D_j ODD irrimmr ZO OW. N A O DZ mTl� =Om- �1 ,-MM 0m0 Oo-O OS. O 0 0mmZ 0=0002 r_IDXZOTOIrl Z< 0-10. -n MI • y 1 ren = pmr- m O Omm'T nm3 m m ZTZ1A 3 Z-1 Z vl O DODO 0) OOGK Zmr(/I� \� m -D -m pec O=Ar m 0 n<i -10 �mXA ADO <rm Drz�A 0N O �] r=rA G7�i�C ON m(<,i0AOz ON,�C mZZZ�D N - mw `< A VI Nm V1 -m �ZD nm>,DO m O �m A ODAZ Z A Z11 D r OO m x mo= D mZ0 �z0 mmm om O�<P1 m' > 0 Z �0�-1 !'� OrCC00 =V1mW Orn 00U1�O ZFr=t<�1m .. Z ,mm N O Zoom =ZK NZ omAN� m �o D rOn Z��N �m�� m0 �A�0ZZ2 A ZED mC OrNmDm D nWG N mm 0< `2 Zp ZCODD< zD x DZO� D�A�pO pmm �10.Zm1Z �c0 �m 0Z� r D n 2 2 U1-� IzTIA z z O=orlA.l z-1 , �Z�O CZ C=mm2 DDN ZnOA0U1 z rDZ V1Zm� *<z mmmo m >r� < G = o� 00- O T1 01 0 nmx D- m -IDmCo�7 o fZTI�� r OV1O 0� • < �DmO D �O C 01 00 0, , 0 Zm U1 D<�O(np 0 O =D mm O =lip < -1 OZ A -IZ W 2 0 0 1 Z,mOmA i A NZO m D< A m rOnA = 0 o m r=n N m TZCOmm ml" z 0 o Dm r0 Cm r N 2 0 Do A0).' 0 0 m0 0°M0 m m r r o O m UDI y < r N A O o rn nm A r Z m 5 MO -1 n O m = - On -10 = O r m0 P O 02 no 3 Z mo z, ow om ND m - m 2 z m -cm *D m Z O * D '0 A mr‹ Z Z- O -1D mr m .Z7 o m m mNZll m O O m Z i N m W W W W N O t0 CO V 01 N -P. W N ND 0D 00> UID ( W> mm- 0-1000 -0003 m100 c=ODO 0m 00mr> *0 Ar Ar Air Ar Omm X0= 0=000 AAAm x101 <A0Z0 11m mmC0- =O m r r 00'- mm Z O (7)mm Z m Z Z Z 0>00 m,-- 0 K � O Z O Z 0 0 0 1 1 54 �N mm CSA AA �Nr<r1 X00 �(AT1��� <�c Z SD Ul0 =20 OA OOm O i mr <X Oz� m� Z00 :0_Z7 -1D OZZ0 Z 1.12Rg(2, rT7m IMn 9m DDO91Z D Dm AO • �m Dm CTT nNZ 0 0Z-1 O(O/1�0 r<7m fes]) 0�f�n� orn A An OGO Nm rT <i =`000 D -1>.-100 A AmAD 006 OC OGm0 OON n m Zorn 0 OO D on I Z mznm 500 z O 0 O Z N '::17,51" '�f0T1 Z OZ W = 731-(1"") D N N N Z D00-To mo) N n0 Z �i [nm OZA tnDA m?ZCD �ITAI mm �Tnm 21 )(7).T. _ - OZ Z-101 GOD �rA.1 D z< Z(.Z. D\O O= 0noZr OOC Nr 0000) 110-1 co OZAO Dr ZDom r Nm -iA T`A VNi Or- OW DmZ0i ~Omm ADCNm 0O ZNzI Om DO mm 2 D o- r�'7N m A r Am SOA N1oo�1 U1Z :OZ�m%A Z N 0D.-05 TIO 00 mm -1-1z 001 OO o*N>� GZO<1D 0 00 ])m-0 .2011 A1mo 0< UT P1 �m r=T7� A�10 pD mZOO Oz OODm p=ZL1 801 -Mg �� =�00 0> OD 0 rm �= Doo Z0 0�ZZUI 0 - Igo (n �GO jZ�1 OAO rrA� gO nDAO �� m r DO mr (nmD 5= Om>ZW O1<i0o z>OOZ COZ1-IzMzOOm mN0 0� OAr z0 �000_�1 f*10Z CA(n 0] (M)= -(z2 ZO mm Ono On m 0 -1 D- zA ZOW OA =Z0Rm z0 AMo m -O O- \{ NX0 Zm A T No iD "lc(-),°1 m� �y ZT1 DOC ZOr,Aj �DNZD �m TNN rn - D -1\ mm � D Orn AOiiNm -1Zm NSA ZmZ<r Z Dm'O A 01 < Z 211 r=r1 r cmI 0 Z0 Z Z DSO O a'1Z� 00�� mZ mn rOZ0 A U1 i 00 To Oo (nc • 00r0< oom m- 0 COAO n mAO C Z 0-z c= 0% mm A 0 2 D Comm C r C zpm > �N C -D �IT�j�� O A m- - C rT1 ZD =� 0-1 OTIT-TII AAr mZ m 0 rnm O m R7:0 (,011 W D ig o< fmr1 �tD< Omz mc, Z Z0] m Om n T - m C = ZO to rig om zm -<ro 0101= oco 01011 (zj1D -DZD 0 m 00 -. mD -o Nm 0�0 '2Ao = D Z mro n _ A , m A Z1;0 zm> =AZl 2m0 DON_' O < O Z ZZ m 3� Mm Z-U1r rr9,0 ANO 0OZlmj 010 AmWm A mn m OT mZ omZm Zm rCN <Nz om m O zDrC rn N= m D O 0 X A O N m m> mm G r m- 1 0 O m o r -Im C Z -I- (/1- -I r mm Z T _ < Z (7 o< : �1 D mm m D= m Z 0 m o 5 z N 0 z 01 D 0 mm m r nn—, 1 N r o < Ul 13 z > z VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L l O l3 i l32POdd A113 'ON ONIMVNO 0d0221 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE GENERAL NOTES CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 16006 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 wdgc:t — 9LOZ '9Z uor :2100 6MP'1S31-11V—NO\P.PuO1S\ N SIL ACAD Rel: 19.1s (LMS Tech) Filename: N:\Standard\GN-ALL-TEST.dwg 'Last Saved: 1/26/2016 3:12 PM Saved By: ddh U A W N -1>02 -I O x Mcrr A O 0 m m Z z Z < ~ m m Dm m7X DUl m(7mD-mm-o Omz)m Z7r2 0-im < v)(3<'1Cy mmZ7 mcnorinzi p o >O?Zm0m'OD v1•np-IDncnm{ O VlD U1ZC C1 OZtO'�02 Z U7 DI'nM0p2O88 0 r� Z rn m C) m r- m moC7O mr <0rm0 0 -n 00000m <r In D<x Z rn mm= Z'='{=X V1 Vl 0 n m (7 M Vt Om >-0-",,,rm*1 Z �mp0 U1*v) Ft' P p re m mc Z 1n z 0 Zim O m -1 m' Z r mcC m M n 7 M10 to xJ N210M 1V21f113fl1S ONV 11A13 O Z =10 • -I -<. 0 2 < N-7 Cm D m x z < x m 0 Om 0Z mN zx xm m m rnA I m I D ire m -I Z LII X (mil 0 m NN Z7 NVHI SS31 1flO 'A'3 S Sflld 'A'3 9Z z O ---1 m CONCRETE: (UNCONFINED COMPRESSION, 7, 14, & 28 DAY) CURB & GUTTER / CURB SIDEWALKS AND CURB RAMPS DRIVEWAYS CURB, POST & GRATE INLETS BOX CULVERTS (CAST -IN-PLACE) WINGWALLS STORM MANHOLES (CAST -IN-PLACE) RIPRAP, APRONS & S.E.T.s MANHOLE BASE/FOOTING RIGID CONCRETE PAVEMENT: COMPRESSION STRENGTH (7 & 28 DAY) FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) AIR CONTENT SLUMP BOX STRUCTURES AND FOUNDATIONS: COMPRESSION STRENGTH (7 & 28 DAY) AIR CONTENT SLUMP HOT -MIX ASPHALT (HMA:) EXTRACTION, SIEVE ANALYSIS LAB DENSITY & STABILITY THEORETICAL DENSITY (RICE METHOD) TEMPERATURE - DURING LAY -DOWN THICKNESS - IN PLACE (CORE) AIR VOIDS - IN PLACE (CORE) THEORETICAL DENSITY - IN PLACE (CORE) :FLEXIBLE BASE: SIEVE ANALYSIS ATTERBURG LIMITS MODIFIED PROCTOR L.A. ABRASION CBR (STANDARD) WET BALL MILL TEST TRIAXIAL TEST DENSITIES OF COMPACTED BASE (ASPHALT STREET) DENSITIES OF COMPACTED BASE (CONCRETE STREET) DENSITIES OF COMPACTED BASE (C&G) SOILS: STANDARD PROCTOR - TRENCH BACKFILL STANDARD PROCTOR - SUBGRADE DENSITIES - TRENCH BACKFILL DENSITIES - SUBGRADE (ASPHALT STREET) DENSITIES - SUBGRADE (CONCRETE STREET) DENSITIES - SUBGRADE (DRIVEWAYS) DENSITIES - SUBGRADE (SIDEWALKS) DENSITIES - BEHIND CURB AND GUTTER DENSITIES - STRUCTURAL BACKFILL AROUND BOXES AND VAULTS DESCRIPTION U1 U1 UI m m m m P1 P1 Z Z Z 0 0 0 -i -1 --1 m m m .... M m m m PO T1 A Z1 N N N N Ot U U1 (n 0 0 0 0 O O O O U1 U1 U1 U) < < < < 0 0 0 0 0 0 0 <<[< v m Z7 -s 0 m > 0 I 'O m P1 ZJ A A N 0 0 m O > 0 U) m m X P1 T1 PT D 0 2 X -O "O -0 -0 m m m m m Z7 X Z7 Zl Z7 -• 0 N? U1 0 (n O O 0 m 0 0 0 > O 0 r 0 r m 2 U) U1 m m m \ c PER 500 TONS OR DAY PER 500 TONS OR DAY PER 500 TONS OR DAY CONTINUOUS AS NEEDED PER 1000 LF STREET PER 1000 LF STREET PER 1000 LF STREET -0 X m P1 Z7 Z7 N N 0 0 0 0 r r m m \ C�7 Z r X P1 70 -• 0 0 r m \ Z 1\- 'D -0 -0 -0 -0 U -0 m m m m m P1 m XI Z7 Zl Tl Z7 Z7 Z7 K K; (i4 W W CA 0 0 0 0 0 0 0 -I -I -I 0 0 0 0 m m m 0 0 0 0 P3 77 Z7 D D D 0 0 0 0 r r r < < < < O O O Z7 PO A m m m m -0 -0 X m m m Z7 Zl Z7 - N (P (.n 0 0 o 0 0 O O r N m V1 m m r -0 X -0 o -u -o m m m m m m ZI Z7 Z7 Z7 70 Z7 NJ NJ -s N3 U1 0 0 0 -1 > 0 0 0 0 Po -Di Zl m m r r r m Z7 < m m m -i m \ \ \ D D Z Z m D O I- P1 2 D OFTIMZMA '� r RATE 0 co Co Ca I I I I I I I I I -, I - -• - I A - 1 I -.-.--, - -� I I A I - I EST. QUANTITY VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 681.00 / 1 3P02d Alp WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE TESTING SCHEDULE CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services I FREESE S 800 N. Shoreline, Suite 1600N Corpus Christi, Texos 78401 Phone - (361) 561-6500 Fox - (361) 561-6501 PROJECT NO. / COR12313 AE OF ,T,It ;gip ,......., F+tl �.r * - NICHOLAS A CECAVA L 0,1'1 tl 0,v 97391 4: f1,:CE1?.? .�1= 1- 29- ZOJ(p Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 9 P oP s\•N OILd ACAD Rel: 19.1s (LMS Tech) Filename: N:AStandard \CN–ALL–SYMBOLS.dwg Last Saved: 1/27/2016 1:45 PM Saved By: ddh NO1103S - 100d0 ?JO ONVS 0 y V1 N01103S - 313213NO3 N 0 m Z O z m g0 r 0 m U m N N O Z z CONCRETE FOUNDATION, PAVEMENT OR SIDEWALK dWDd 3181S?J3W8DS 3A1VA 3SV3138 211V PROPOSED ASPHALT PAVEMENT 31Vld 03213)133H3 T NOISNVdX3 NOISNVdX3 OO z z ti ti (a3S0d02ld) 083031 1NIOd 0333 1VOIW3H3 PRESSURE DIFFERENTIAL INDICATOR >1001-I ONLLSIOH INIOf NOISNVdX3 03NIV81S3d I < Z m C mz O ym — n0 0 Z Z M 3A1VA N3IVM )INIINIVH3 ,9 0) m ONIldf03 3dId (37 O x 0 m 310d 1HOI1 ONI1df100 3181X313 O" 310d N3MOd 83M3S ANVIINVS O z m 3NIl d31VM 83HSIf1DN11X3 32113 1 C) z (7) Z H 011MS 32111SS321d EXPANSION CHAMBER ASSEMBLY 0 M02121V M013 1 o dOlS N31VM z x 0 m O \/ x--0-0 -® A X z Z X 30DVO 3d0SS3Nd G2IVONVIS 0N11H011 1NVdOAH 38I3 NOIIVA313 33VJdfS d31VM PULSATION DAMPER ASSEMBLY <0 0 A O 0 D 0 u co mD N A -0 0 O m `r vv z 0 -1 3A1VA 031V83d0 N010W 3A1VA 031V213d0 0I0N310S 3A1VA 380SS3Nd )13V8 3A1VA 331138 m OO r) — .ZO7 n 0 j OO a< ip co uo 0 0 J N3113AVd 11VHdSV JO 3003 z 0 D 0 1D0 NV310 3NI1 1V31810313 OV3H83A0 eale 3SOH m 0 213MOd 1V31813313 ODId 210 'dV3 '3ONV13 ONI18 83SV3213NI 80 8300038 d0103NN00 )101D0 x 0 r0 r1 m CT; W N N A 0 0 O O m Z m w 0 0 m 00 1 z 0 0 A • m A STANDARD DRAFTING SYMBOLS dfO1NO3 30Vd0 ONIISIX3 d31311 MO1J 3113NOVPI m x z z O O m D F S3H3NI NI 3ZIS 3NI1 IVNIWON 1^1V3d1S MO1J SS330dd 1VId31VW 3dId EXPLANATION OF PIPE DESIGNATION 3NI1 )1V3218 NOUN'S Alllllfl 3NI1d31N30 3A1VA ONId03S3131 531 (A19) 3A1VA AlA8311f18 3INOSVdlf1 3A1VA Oflld G (A3) 3A1VA N33H3 (A8) 3A1VA 11V8 (AO) 3A1VA 31V0 31V0 3011S d3131A1M013 R101N3A 0 0 1N31A1313 ANVWIdd V1 m w, VIZ 0 -i 0 Ax Al Am mm :a C_, CC c DN y nz nA 0m 0 Z CO cm CO Dti 0 mm m0 my ZOO 00 (/)C VIM Om zm C v m m 3 m Z v 0 m Z Z -0 Z 0 ti -o- Z D x d m z m0 0 O O 1 O 0 X3ONI 1V12i31b'W ONIdId X3GNI — V V J1S M033 SS3002id VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 1 133POdd A113 'ON ONIMV8O 0210038 cn 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STANDARD SYMBOLS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone – (361) 561-6500 Fax – (361) 561-6501 PROJECT NO. / C0R12313 }ill °O qS 11 JASON COCKLIN 00,, 112750 111;;; L��t,==�� ad9����n.v9/2016\ Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 BAR WRAPPED CONC. CYL PIPE (C-303) VITRIFIED CLAY PIPE POLYETHYLENE PIPE FIBER REINFORCED PLASTIC STEEL PIPE STAINLESS STEEL PIPE DUCTILE IRON PIPE POLY VINYL CHLORIDE PIPE PRESTRESSED CONCRETE CYL PIPE (C301) CAST IRON PIPE DESCRIPTION BLACK STEEL PIPE NPW OF RCC VCP PE FRP u1 u1 DI PVC PCC CI 0 CODE UTILITY WATER WASTE ACTIVATED SLUDGE to 1n X3ONI 1V12i31b'W ONIdId X3GNI — V V J1S M033 SS3002id VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 1 133POdd A113 'ON ONIMV8O 0210038 cn 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STANDARD SYMBOLS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone – (361) 561-6500 Fax – (361) 561-6501 PROJECT NO. / C0R12313 }ill °O qS 11 JASON COCKLIN 00,, 112750 111;;; L��t,==�� ad9����n.v9/2016\ Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 UW WAS 0 0r v SL SPD SCM SEP RS SAM PW RAS NPW OF < DP FE D DEC BYP CE ALP PROCESS CODE UTILITY WATER WASTE ACTIVATED SLUDGE SANITARY SEWER SUPERNATENT SLUDGE SUMP PUMP DISCHARGE SCUM SEPTAGE RAW SEWAGE SAMPLE LINE POTABLE WATER RETURN ACTIVATED SLUDGE NON -POTABLE WATER OVERFLOW FORCE MAIN MIXED LIQUOR DRAIN (PUMPED) FINAL EFFLUENT DRAIN DECANT BYPASS CLARIFIED EFFLUENT AIR, LOW PRESSURE PRODUCT — SERVICE X3ONI 1V12i31b'W ONIdId X3GNI — V V J1S M033 SS3002id VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 1 133POdd A113 'ON ONIMV8O 0210038 cn 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STANDARD SYMBOLS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone – (361) 561-6500 Fax – (361) 561-6501 PROJECT NO. / C0R12313 }ill °O qS 11 JASON COCKLIN 00,, 112750 111;;; L��t,==�� ad9����n.v9/2016\ Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\Standard\GN-OVR-PL-SITE.dwg Last Saved: 1/27/2016 1:48 PM Saved By: ddh X x X X X X X N X X X mmzcn0 r" \O II co z CO : -I pV�00 0 CO OO O xi 0 N 0Z 0 W ' -o m m z u 0 •. \ O II ppz CO_ 000 O CO "111 °Z1 01 CO 1 0 COpOZ CO?0-1 \ O) 0 D 11 mmzcn0 CO p t.)0O �r OCD � 11p LA NO Z �0 -1 \ 4 O D i II�Am'um uIWgI mulaiI iII Z = m oob mm X O 0 O 0 N L — — WDzo roar zzv0i G NO DZ O -1 Z On D m D n1n1Zcn O r•• \O II 03 Z CO_ _ = 3 9 p opuoyS\•N OU ACAD Rel: 19.1s (LMS Tech) Filename: N:\Standard\ON—ALL—PROCDIA.dwg Last Saved: 1/27/2016 1:49 PM Saved By: ddh 0-00 SCC I -oz > 0 J U) m-13 Nox oho arm r D Z 0 - W\ >C0 C (n A r m 50-0 m A - o O O 0 WD< r A m m O m(0 N zE- x-A m z Pl 0 70 MM D 31VOS Ol ION Wvbovl4 MO -I1 X X 70 N N O 2zo 0 0 m N r 0 00,- (n0 O U 0 Z11 TI O A O m Ln Om 0 0 W r m m r O -El 1 -'10 Z = C 0 ZAm1 m O Z m rC�o 0 O V)m C O m DDr Ac > m Z 0 m 0 O m 0 C 0 N Arm m m 0 z mm -0 N r m -nm-0 A CO z C Z m - O A A m,TDIO Xcn 20 mem r 0 m Nm O m<CU1 oZo� cc, 0 m oz N0 DZO z mT mho N 0 z< n • N 0 m LIHZ NV3d 0 N 0 0 0m ' C O P1 Z m II N A 0 0m 0 3I N r Ir r • 1/) r (n C N 0 O > m Z y Z A D Z nZC 710 TJ D m (N - Tl T1-1-1 C- O W z C C Z m0T0 Z WmX N yin U)OZ z 0 D N .TI -4Ox CAO O W Z C C O Z A O 0 17 O Amm m0x Fn O N z z zAc� of VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L O l 3 i l32POdd A113 'ON ONIMVNO 0d0221 Lo 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE PROCESS FLOW DIAGRAM CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16008 Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 ;0p®;. ...4-4-41, JASON COCKLIN �#3 112750 a=, * , . i Lim ovzvzote Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 32 33 22. 0 O g\p opuolS\•N ACAD Rel: 19.1s (LMS Tech) Filename: N:\Standard\CN-ALL-HYDPR.dwg Last Saved: 1/26/2016 4:06 PM Saved By: ddh o I_ CTI o Ln 0 Ln r -r 1 L --, 1 1 r--+ L _+ 'y r f 1 �= II J II II Ir II II I II 11 II II II II II II Fl --1 r0 AO O ' o m HGL @ 7.5 MGD 12.22 nmm rnx D - Z -I HGL HGL 0 2.5 MGD 12.15 0 7.5 MGD 12.07 11 0 -< I co FL. EL. —4.84 1-1-j II hl u II _ - II II II I �—EL. 11.55 EL. 10. SII — _ Il 11 II 11 II EXISTING 11 GRADE HGL HGL 0 2.5 MGD 10.88 g 7.5 MGD 11.43 HGL HGL 8 2.5 MGD 10.78 g 7.5 MGD 10.90 o r ALTER MFF ^ _ fI HGL HGL g 2.5 MGD 10.72 g 7.5 MGD 8.38 -I m 3 2 m U\\ \\A m P1.. r` EMERGENCY OVERFLOW EL. 10.55 10.32 TOP OF WALL, EL. 12.1 HGL HGL 6 2.5 MGD 8.08 6 7.5 MGD 8.16 0 Z 11 0 Q D EL. 8.38 (1:1 r Lr ao 1 I °.I IIS HGL HGL g 2.5 MGD 8.05 © 7.5 MGD 8.10 -_ 0 z CO > CO Z g' EL. 2.73 414m*0= I:7 co'°z)o o } HGL C0 2.5 MGD 8.00 HGL 0 7.5 MGD 7.53 HGL g 2.5 MGD 6.75 HGL 7.5 MGD 5.60 r C K2 mr 33 co r HGL g 2.5 MGD 3.85 11 C 13 FL. EL. TOP OF WEIR EL. 5.00 EL. 5.60 EL. 5.41 irTOP OF CONTAINMENT _./ WALL, EL. 11.00 ■ EE!!O Z=_1r . \ 1 1 I I I _ HGL © 7.5 MGD 9.25 Z r xi 0 0 Z JI .-,,,, . WET WELL FLOOR EL. —9.00 [TOP OF WALL, EL. 11.00 HGL @ 2.5 MGD 3.63 0 2= 2 0 CO n 2 JJ 0 M -13 BOTTOM OF PUMP FLOW CHANNEL EL. 6.00 TOP OF SEA WALL EL. 4.20 100—YEAR FLOOD �EL. 9.00 FT e�EL. —1.00 EL. —1.7± IL I W.S. EL. VARIES 1 1T WITH TIDE 1 O I 01 0 tr 0 Cly. VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on I I this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT j E10179 I SHEET 8 of 89 RECORD DRAWING NO. STL-21 1 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTIJASON TEXAS FREESE ra'NICHOLS 800 N. Shoreline, Suite 16004 Carpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313Freese ®E OF �%%• _�`---11-"%%• ".• PkI, a„:'# COCKLIN / 10.6 ®112750Be7 s IW./CPNSf-�me2�; ramipk6ektc.,x4--HYDRAULIC 01/29/2016 and Nichols. Inc, Texas Registered Engineering Firm F-2144 DRAWING SHEET NO. G7 ILLUSTRATIVE_ PROFILE Deportment of Engineering Services ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—OVR—PL—SITE01 .dwg Last Saved: 1/27/2016 1:50 PM Saved By: ddh SNISV8 NOI1V83V 0 II D 0 OD OZ Z DZ z 0 0 -1p co D= (/ r zP z m 0 0 E it r I IL 1_11 L [L z=co O 0 O U1 m mA 0 O 070 VIM m O 0 m 1'1 zm0 N�*0 1 1>m 7 Z 0 -1 0 z 1 O C 0 ZZ1A Z m 0O-0 G m m v V1*�A mCOA Z V O 71 O m A O { C CN 01 c� m D r 0 0 X1 -0 0 AU1 * N n OA _ A O CA l-, ON 4� <\ co co L 0 S831S3010 018083V (/)c A -4 0 00 3SOH MdN -1 m C 0 Z1 0 m r0 m rn Z on < rn r m m N 0 D D m fn Z m m 0 A C O (6)00 , co --I c m A 0 m m rn\ O D Z m O m A O < D rn r U1 f O O U7 Z Z O''1 m �0- 0 Z N 0 r co O C 01 F 0 Z Z 0 0 z 61 0010 mc O - 0 z Nc�m CO 0 01 m C O - 0 Z U O 0 O I- -I I I L J F- I I I L > r 11 DIC P -1 m z O O O > UIDCOA Zm Z C 0 �1'''1pr 0 m0 m C 0 m K o m O mm A Z A(/) 0 m D r 2,- -0 pD V10 0 5.Zm r A> N Z 2 Nm -1 D v 0 Z 0 O Z m",0 SOA r 0) D r rn P1 0 CD F 0 _ 2z 0 O 0 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE Y DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE CIVIL OVERALL SITE PLAN CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 ;gi;1:XPi}ill °O qS 11 ..................w JASON COCKLIN 112750% ll F ® m 10ENSF-Om ems'_:. 01/29/2016 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-SITE-PL-MECH01 .dwg Last Saved: 1/27/2016 1:52 PM Saved By: ddh A Z 0 W X mZ01tn 20 Z Z m m OZ X--400 m p z 01 021 O m v - 0 O 0 0 -1X00 Z m m xi O -DZ O m W 0 O mA C 0 - zpn v 000> .1 Z MI -000 0117 200 m< -1m Z Z m 0 --IZ _l � _ N Z O X R1 Z MWR10 D DmM -IKmK 0 m 01 0 x < _ ,mm m O0000> V O O D Z I+ I+ m z D I�*1 r-0 01 rr < Z m 0 Z co m Xm WC5-10 m O.XImZZm � 01K mnm O W O 0m m D 0D< - r mZ I'Zm -5 200 01001 Z ,0 n017 Pl mm M> -00 071 Dz (n00 00) m X TIVM V3S 'ISIX3 ✓ X U1 0' (Th 0 W N M -CI C00 1-001( O < 21 -1 0 P1• Omptn m nm 01 0 m�0Z -0 v O D 0 xi 0 P1 0 m Z m n M (()02011 m (W N n 0 D 0 Z)01(mn m 0 (n r OCN Au) M> m020 0 m 00 Z 2] Z >00 O 02:1 C D -n 010 11 z I C W-1 0 z 17 O m N m r D0 0 z m m OX -13 r • G7 n ff -`1 m 0 -1 -0 O C U'`zD (/)z0�* e:Nv • -imm-A mm X10 M Z N mD 0 -0 - z0 -o Om 01_zm < z Z 0 <00 Om -0m M 0 m 0-0 X = C 0 m D -a m 2x70-1 mWm M -1 Z >m0 f�T700z zoZ -,I z 0 D o 0 0 z -1 m m NDp 0 0 � mz CO Z O I 0 T 0 0 0 m � 0000 Z - 0 -4 O Z mm*v C D C-120r0*1 O -D D m m m r m 0 X m(nS- N gym- D • 0 * v 0 9) Z 0 0 1. 0 0 A01 O< '1 ✓ m 0 m m D D 0 Z O m Z ^� 7 m I No CO CO H 0 u, OZ (J m mv- 0 0V z 0 0 Z 0 1 N I I M 1- 1 I Z m C W W W v 0 W j-0 O o 00 0 03(013 mic�PZZm C• L) n m X M O a)D CO 0 1 -1 FF FF zp �Z m- OO v 0 m W m- X ✓ ' uo O m ^ W mm Om m ' 01 (n Z -1 _ 0 D z O m Z co oI m 01 M 00 I0 CC m 0 D mZ 1- 0 M z vm Z - 0 r I CO XWKZ (A m coo m> O W cm -1 O O 0O 11 O eobo,Dz20 - arm -m m 000 »r- Z-1 O -t S26'49'02r"W T m X -o -1 0 O r Z Dm0 F D� mr o 0 nOz -010 010 m C UE 0 0 D r X x — UL 13 0 Le - r C C O D z 0 00120 Zo D 0Pr RI 02 0m� zo-1 �o D O O CO < 23 -1m N O < zo 73 O D m 21 F c0� z�z o 21 * O z N O m c Zi mm z 0 cz (n xi mm 0 I1 21 O >CmX CN D z�m 1 D 5 5 5 5 c 0 m n 0 X -n • 1 1 2 N W '1 A O • N C m r1x: X D X0 m Z 0 m • -0 pro z C - 0 v X M Z 0 W Z OVoz Com -0 Co00 Co 0 m N 11 p co pD W Z m O N _ i- 1- X r CO— C C m Om O C -13 0 0 E z z7 O 0 -4-0 17 0 CO 0 • C 0 17 D mN N x mD M N 01 ?c C m 0 ('dAl) OaV1108 W A 0 co N 0 • ZC C X < cm v z nm Z 0 O Z -1M RJ' 000 I= 0 0 mz-o z mmv m 0 � O Z 1Z- -0 I O ,00Z V O. O Z 01 m, .m 01 .p 27 0 � O• - -I WHOP DO m om< - v vm mm m z X m L m m r 0 m 0 C vm r Z 0 O mc20 co co O c 0 0 00 -1 O -1z rn 0 0 D z 0 D N26 -48'58"E G L_ W 0 N to D A O W 1 W 2 0 W D M Z^� 01 CO 0 D �� Z U• m co O v0 V ? Z O (D v v 0 v0) (nm 23 ' OX D M N Z C D H K 1-0 m Z O 0 z 0 W W 0 m 0_ N 89 n1Z 'l- 0 ' r I m O XWv_Z W- V m O D m Comm -n0 co o m fl (00(nm� V 0 2) 21 0 D-00 6, 0)2 Z -o 0020= ci M 0 W 0 W 0 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. 0 D m z m 0 0. REVISION • DATE� DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 'ON ONIMV8O 021003 0 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CIVIL SITE PIPING PLAN CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services „In NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 ��1 ;gip®;.9 ,:! AN JASON COCKLIIN i /yam �% 112750 /�l c^" dxCENSf-O®`s�'�J Freese and Nichols. Inc. Texas Registered Engineering Firm F-214.4 ACAD Rel: 19.0s (LMS Tech) Filename: N:\if\Drawings\CV-SITE-PL-ROAD01.dwg 'Lost Saved: 1/28/2016 10:24 AM Saved By: bj O m 0 r M ozmc m 0oou, cn = zno m 2 C c -Immo Ox to0004 'I Cm m~m2 CN Dm r m m - I m o D>g AZDO �O= r,70 FL. *� = r C -*'P 0 Z -I 2 y 2 mO -0Am XJ F� c -12z O F T1 m 0 r 0 m 0 2 -I of ur'l Dxi O Z D D N Z P mI A z 0 > r 0 N O -I c0�z0 COz N 0 z 0' > O C O - D P1A.2 m0 D m 2R. 0 o O �nZOV1 mci1AD .Z1AomA > m O amAM cnm>0> =�cn50 m>- Om - 7Z D m V1 O -U)Z0 U -4 ao O m DONS zO Cn40 m cn- az0N rn DD ZZ x0a1 00 m mD Z 0 -1 DD -I0 zo=o Z• D Z O C -z 2r m N N rN O A m 301S 313210N00 'd0ad co col NOVB Ol Bal0 30 move 0 m 0 m PROP. ASPHALT PAVEMENT (RE: C5) n v NOI1VONfOJ 313a0N00 JO d01 m0 ' I cn l0 m II 30N3d 10a1N00 1N3141103S VERIFY SCALE 0 1 Saf101N00 '1SIX3 4.5 SCF 5.0 X ❑ 0 0 = ._.. r m z o Z " r m --- z 0 m 27.2' 8.5- 9.0 23.8' x o scr x; 0 • 9, amCf/ Z Z O_ mm� Z Z 0 z — GIO - Z EA r Or 061/• 0 z O O_ z m u,73 o 11 1 II a CO CD Co CD CO CD CO CD CO CO I‘D CD 13 8 ED II co CO 0 CO 0 -13 0 rri 0 cn 0 o 0 0 ro 1N3113AVd JO d01 'd0ad 20 0 o 0 rn -r MI 2 II II CO o co 0 CO 0 CO All10 7 co II II 00 0 LO IV A iv b co 9.5 cn CA co co 0 9.5 o co ojr II 11 co 0 01 CM CO CO CA - 4- N.3 EH CI) NJ I en 23 I ro 0 -1 co 0 -1 1,1 2 Po o 11 II Li LA ED 03 CA CA -Fe (BO :3a) 0 0 3132:10N00 'd02Jd co N1VM301S JO d01 0 0 '1SIX 16 -41 1333 NI 31VOS co 0 0 CP o K211 _LZ! 0 co 71 CO in en OS EXIST. CONC. SIDEWALK NJ Bar is one inch on original drawing. If not one inch on this sheet, adjust scale. o 8-8 01 0 0 rl CO z • RE1ASION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CIVIL SITE IMPROVEMENTS PLAN CITY OF CORPUS CHRISTI E TEXAS Department of Engineering Services rFREESE -...1111CHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 PROJECT NO. if COR12.313 xtt 4,4: NICHOLAS A. CECAVA. $37. 97391 Itsi Freese and Nichols. Me. Texas Registered Engineering Firm F-2144 P'13313-1d-311S—A3\s6u!ew0\:0I!d ACAD Rel: 19.0s (LMS Tech) Filename: N:\if\Drowings\CV-SITE-PL-ELECT.dwg 'Last Saved: 1/28/2016 10:29 AM Saved By: bj 1333 NI 31V3S 0Vd 313213NO3 0 O O 0 NOIJVA313 8?Jfl3 30 dOl NOILVA313 210013 HSINI3 Z O m m Z ui rA* DND o s z 0 m Xl r- y Oi -a m D mor m N m L7 Z.- m m N -13 -I Z 0 m Amo o m U X >0 u1 m >7 n Z.Zo1Z o D o Z -1 PDO cn0Z 33N33 1081N00 1N31^1103S S2if101NO3 'ISIX3 30V2J0 HSINI3 'd02Jd 8£'8='3'0'1 'X3 EXIST. ASPHALT ROAD v G) SCF— _> > — SCF l ------------.Z m EXIST. C & G 70-n Z q (-) —I T1 2 prq 0 < XI m I?7 z z o m xi r m ,� m m ✓ VIa -0m C7 COz 0 -I (J)0 m m D o nr Z D0 m 5 0 Z z C DK z m z —1 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L10131103falld A11? 00 (0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CIVIL ELECTRICAL SITE IMPROVEMENTS PLAN CITY OF CORPUS CHRISTI E TEXAS Department of Engineering Services rEESE ��NICNOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. 1 COR12313 ZE °F �?4, :.:*, NCHOLAS A. CEG A•i tit' 97391 i 01• _ I -2q-201(9 Freese and Nichola, Inc. Texas Registered Engineering Firm F-2144 .000:11 — 910Z '8Z uor :alo0 00511-10-3llS—AOVEM...CAA:N =I:i ACAD Rel: 19.0s (LMS Tech) Filenome: N:\if\Drawings\CV—SITE—DT—MISC01.dwg lost Saved: 1/28/2016 10:30 AM Soved By: bj 3' z 0 n0 mX m0 '1'S' 4'-0• V 1N3N3AVd 11VHdSV HS m rm HLOONS ONV ONf10N 13M0211 SAW—CUT LINE LIMITS OF PAVEMENT (NVId 33S) S3INVA LIMITS OF REGRADING MATCH EXIST. X N 2•C • n t• Zm 30V210 ONILSIX3 O A' Om �m NP m D gpx �z nrn N C Ci] o co t. m C O O —m mm =N OA — 1 O 0mv y m Z Nz� i7 FR V T 00� rr1 - m Z O m co w m Z -0 V I m C -1o CC Z m N yPm z 4 r i Q1 I I 00 2.2 RI nI N 00 V m �41 mN A Z 2 y ZN VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L013 / 1031'08d A113 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE CIVIL CIVIL MISCELLANEOUS DETAILS CITY OF CORPUS CHRISTI = TEXAS Deportment of Engineering Services r 1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. I C0R12313 ZE OF �T 4.11� :::la 4 •NICHOLAS A. CECAVA SS 97391 7.,: �l Fti; �CENSEO; `i r-29-26(ly Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 File: N,\WW\DRAWINGS\WW—CMF—PL— ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\ DRAWINGS\WW-CMF-PL-MECH01.dwg 'Last Saved: 1/29/2016 10:16 AM Saved By: ddh zk < Fri X m m CO m - 0'a Om c� rD 2z O 0 Oo moo N - 0 D -o, o mco m u o z O TO UV DISINFECTION L__ 3 -0 U D D L D 5'-0" 2'-0" 01 0 5'-0" A 26'-6" *P1 QQXO m-1i000OPD=X 00 KM DO ZkZONZ DZZ�t/) 3 05D(n m0 ZO m000� p pC D r Tl C- D ZD C Z mZ O Z *0 '�K D ZG)O o0CDZ0 imOWO -1Z nm OZmmx) <o-110 1P1 Z -Z 1 1 mm �� D m- -10 ZN Z>z 0TI* O 0 O Zm2rD mz=1 x mcmr�C1 OrnOO TIO W 0�D 0 o m N m D m Z O o" r O O r O Z 0 -AODM rTmIOZO Z TIZD<-o mm o m Z m< W C 0 O= 1-0 m n D O m O D mD m A Dm D c> CN ryADD �Z0�DrO o'Dom x O p�ZO� OmOZ OWE Zrm ?I 1U 0-1 rl o 2 \ - W T1 Z= (7)0> C,=j mw O] AAAA =TlZ Zm-1m II: N O K 0 m 0 -1 0 TI -Ti 0 0= C r Z I. 0 0 (O m 0Z m A 213113 1.8 0301A02dd 10811AS A8 W N :;;,!!!:*04 m2D CKOOCZ,PD ODr CDMOZ• 1)1- 0� WOoO-D Zm Tl�m0 0im-D0m0 - z m- D 0 DZmO- 0 mx -10 '5,'n m> w 2 Nx � W N < Z�w ow m Z Z C N N 00,- N O Z O Z O O m z i- m X D W N T3 K (D� TI F ZO N 111F O r K Z r m= m m = N >0 00mmmpZG)O D, g ND�LO0 `L T'1 D m m c Z O C N- = W Z O O D Z Z -r TI'T TI m0Z mmC 1n 1 0 =Dr Zcm/1�0� 0 WN>r- P1 �m�00TJOD cam - m,O= mmm ;. D W 0 Z m -0 m Tm] - N= 0D W =-1 <I= Z='T <m m O- D 0 o m -mm CN) m -m Tl m 0 -o • N N m D ( N n m 2" 2" HSVMADV8 J 2" 2" 2" 2" W z UE M0 Z 0� Z-1 -o U D VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L t 0 l 3 1 133POdd A110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA–VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS OVERALL LAYOUT AND PIPING PLAN MANUFACTURER 'A' CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services r-1 FREESE 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 OF"11 `f+9611 '* i� .*I� GENNADY BOKSINER / 94928 417 ®®®/ Freese and Nichols, Inc, Texas Registered Engineering Firm F-2144 II 1 ' 1O1 Ell *' ���1111���� 4In1 siii Jnr • mm TI 1i1f1T c li��i i 11 �Z rn Z_ .I„,i l1i 1 III 1 I Isll m Dr -n =I z rF,1,7] , ..._. < II11611IIII1 1711®�< lit II� III �11 11 111 i III 11 I1 IN • I I S I 1 p I H �'rH I o 1 1111111 o c� o o • IIIIIIIIIIIIIIIIII 1"1101 �I!I!I!I!I!I!I!I!I! K (' BACKWASH < I o PUMP AREA }• O m r• O T • O Z ��rr — \1II Z m m �■�'1 i__- = ! �ITl1 ��. — e - . II _ _ m, L II�IIIII11111IIIII IIIRIIIIIIIII VIII f�J Ri _3_ - �� I ► lig iiiiii ► , 1.. -FILTER DRIVE (TYP')KI) .,j ,.rill u WASTE DRAIN PIPING (TYP.) Il.tll L ll�7- m 11 1 1 -I,.. 1 W tIIIIII 1111111 1 1 11 1 1111111 I11 111111 INFLUENT CHANNEL FILTER MI BATTERY 7; N0. 2 WI (T 11 � alSI" lir! -Il w IM '`'i i i iiliii 11.11111111.1- .111.1111. 1 : 1.w.,.w-II 111i1M 1 fill • . 01 . • I 1,1_11,1,1_, , I IOIm p .0 • li OTH MEDIA .TER (TYP.) CO _ 11llIII. ' II < UE L E 11E1011111 ihIP, 1I liiVI•• 5i 11111 UE UE • 1 . 11 1 hi ' 1-. L W.Iry �; I I II Hill � Iiiiiiiiiiiiiiiiii 0;; la Sit 1111111111111111111 IA - rl Ali y�cI =Ie"•' 1 III ; I .inr 1 ii _g. `.�- • r c. -167 D D cm D D CO 4' D D M BACKWASH c D c m - D AREA - o v1 r © PUMP * me >= �vDi O'MU- :1D D DD D v ~ A 26'-6" *P1 QQXO m-1i000OPD=X 00 KM DO ZkZONZ DZZ�t/) 3 05D(n m0 ZO m000� p pC D r Tl C- D ZD C Z mZ O Z *0 '�K D ZG)O o0CDZ0 imOWO -1Z nm OZmmx) <o-110 1P1 Z -Z 1 1 mm �� D m- -10 ZN Z>z 0TI* O 0 O Zm2rD mz=1 x mcmr�C1 OrnOO TIO W 0�D 0 o m N m D m Z O o" r O O r O Z 0 -AODM rTmIOZO Z TIZD<-o mm o m Z m< W C 0 O= 1-0 m n D O m O D mD m A Dm D c> CN ryADD �Z0�DrO o'Dom x O p�ZO� OmOZ OWE Zrm ?I 1U 0-1 rl o 2 \ - W T1 Z= (7)0> C,=j mw O] AAAA =TlZ Zm-1m II: N O K 0 m 0 -1 0 TI -Ti 0 0= C r Z I. 0 0 (O m 0Z m A 213113 1.8 0301A02dd 10811AS A8 W N :;;,!!!:*04 m2D CKOOCZ,PD ODr CDMOZ• 1)1- 0� WOoO-D Zm Tl�m0 0im-D0m0 - z m- D 0 DZmO- 0 mx -10 '5,'n m> w 2 Nx � W N < Z�w ow m Z Z C N N 00,- N O Z O Z O O m z i- m X D W N T3 K (D� TI F ZO N 111F O r K Z r m= m m = N >0 00mmmpZG)O D, g ND�LO0 `L T'1 D m m c Z O C N- = W Z O O D Z Z -r TI'T TI m0Z mmC 1n 1 0 =Dr Zcm/1�0� 0 WN>r- P1 �m�00TJOD cam - m,O= mmm ;. D W 0 Z m -0 m Tm] - N= 0D W =-1 <I= Z='T <m m O- D 0 o m -mm CN) m -m Tl m 0 -o • N N m D ( N n m 2" 2" HSVMADV8 J 2" 2" 2" 2" W z UE M0 Z 0� Z-1 -o U D VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L t 0 l 3 1 133POdd A110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA–VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS OVERALL LAYOUT AND PIPING PLAN MANUFACTURER 'A' CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services r-1 FREESE 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 OF"11 `f+9611 '* i� .*I� GENNADY BOKSINER / 94928 417 ®®®/ Freese and Nichols, Inc, Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-CMF-DT-MECH01.dwg 'Last Saved: 1/29/2016 9:46 AM Saved By: ddh DO Z C C z D K m C m0 T7 m O 0 0 - n r P1 A8 SI LON (i) w 0 1— C m 0 *K U)U)OU)00 mon >0002OD mnwm00-nO r,1 -13 r M1) -17-;; 000r lO mO��Z� z ODr C�Oz• U1r -1= O��m-1 Or D -1 2 D m r> r D 0 a r m 0 m D D Z m .Zml n O< m m z z 0 v O DZm0-0 z * m�Op mr0 m=v_Dim vm wN AZO �inJm ZZmn2-1 2 tea)= �pzN T. Oz C z O v m m-! mom -1 o 2 m 0 2 U)1 t1 ZO DOZ u1m�NmDO 0 O `z i, D m oommm C Z 0 C U1 2 Z z O D z z -r �'� m0Z mmG�-1lo mrd 1t1 �mm W;nr1 -1 gym- oco> CP 0V1� r02_ _ i -1 C ? OC O VI Z1 m mom m , K r1 O O N Ora• mx m. m� 0 K<D rr'1 Zm mm o U/2 m>m =, <m z, -n -(m -1< m O m 0 n m - rn m 0 m -I P Trm IA 0 z m D 1— z 0 --I P1 (n VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 0 0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS SECTIONS AND DETAILS MANUFACTURER 'A' CITY OF CORPUS CHRISTI = TEXAS Department of Engineering Services r-1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 I yxptE,...,. `f+9stl *�� GENNADY BOKSINER j %$�. 94928®®® f Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 File: N,\WW\DRAWINGS\WW—CMF—PL— ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-CMF-PL-MECHO1A.dwg 'Last Saved: 1/27/2016 5:28 PM Saved By: ddh r r mm x Em m oA Om C -1 1-D Z Z 00 0 00 TO UV DISINFECTION U OW MM m m (Z D 0 0 u D -o 5'-O" T U1 o mo m z 00 -D0 -1:)J -<z-1 m k m 0 r C r m , 0OO< C OM D mD E0=1 2 Z 14'-6" 5 -0 Omzomo *r'100<O r1-00r1mx zr-100Z KDZZKmO) p -. mA r „OD -DA OC,ZOFC*IZ -1>Z>o :a Z7AC'a Z G) m D D, D C p D-1 p-1ZO ,p,C r)Tlm O rA mOU)<rrl DZ,-„>2ZD?0A:i 0 D m c m„ A z- =Nr m m,,M5 �m=m 2�O-O,r D(n''' m rmzO-imr m m 01,-10 W'A'1I rC,ZO=fz z Z z z j m m m 0 0 D m 0(1A 0=-1MZDr0 o 0wOrri-I KK Om mK 0=z0, 0 z 0m, w on = rrl * _ co,mm =mZ m I. N OWQOO m0-0 m < x = F - m O Z A m O Om=0=x OmNr 1 00-1m2 Z m m .Z1 Z , W C D O m O>ZoC Omn0= Z Z Z A Z O D Z mini=mK Z -1=<1 ,A-0 C 0 -1 r O 0 m A D m O-D0y 00d'"m m O D r z-17 ZO r m on mo *0 I> mm r mm m O _ Z 0 cm m 0> c m* m> 1u) Zl m Z O Z 00 CT) DK OM C m O 1311Id AEI 030IA02id A8 S310N 26'-6" W *KU1U1OmOO .ZlmD 10<00000 m= 0 m0imZZZ 0>0 iID= rDOHrDEO,Or 03 m5�<<ODM>0T0 00 o>ZmO�DO Zm* A 0 Zl = UI m G+ D Vi zz>c 2-1 (-1) 00= M ▪ omm mKmmm <U1 Zl CO oommmz 0 )-xicZi Z O m A D , Om n 0 O A r m O A Q m Z 9 m 0 A m m O p C P A , mc. -0 1m�m mco= .. . =0 rrl6• K -i ZIOm 0<Dm1zrn -0 -9 Z 0 m2 < - - m o0 n m Z 0 O Nm o m 0 P1 z P1 D 1— z 0 m co A m m N U1 c0 0 �Z OO I 00 HSVMN3V8 0 rn co rn N J C C O D O ▪ Z D Z D U) m z= = J o 0 m m z UE 0) O VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1.OL3 1 133PO d A10 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS PIPING PLAN MANUFACTURER 'B' CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services •1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 _ OF , `f+9stl ;..GEN ADY BOKSINER OA 94928®®®/l Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 El =77-_ II 11y1 I I I will 1? ILTEF TTEF 10. 1 I ay. 1 :1',14 )} II i11 � luI CP I II I Y I..0 - -- - i TA rill -0 OJ 0<z (s, < Z7 m m AN m Z O Z o* OZ= nm D= <0 • • •O } m Dr .� `� • Z C C'.,'Ij 1 r �.�NI' T 1 rZiZ r _ - - _ I 1 1 V• OZ 1 1.1011 Iiiia =,1 at t. W C 1 1 ' 1' Z m [ :arra ?' ,-, C I 1 ' —\I marl ) r 1 1 _ __ �mIIl N milli ) -< C ' a ■■I III C .1 ;C:' 'J , N mi 1 mx'z 11.., Om O O - 1 1 1 - 1 D • •A 0 ■ 11 .,of 1 IIIIIIIIP'w' ;I I _ mm mmm C CI mml 1 mmmmis mm > UE INN 1 1'1 mm uuPS A di. C.,d.J • _ IIIIIIIIIIIIIIIIII 1 •iiiiiiiiiiiiiiiii m 0 Mat 11 maig.=1:11 • se nom 7 11111 MEI mi K� 0 -0 mW D I- D m mo DSD AN <n 00 D I- 13 .-� FU) <Z D D - OD D= y A r 2 m <m < (T O = m m m +0 •�• • ' L C Q_ M �_ _J D D D D D 0 D• Omzomo *r'100<O r1-00r1mx zr-100Z KDZZKmO) p -. mA r „OD -DA OC,ZOFC*IZ -1>Z>o :a Z7AC'a Z G) m D D, D C p D-1 p-1ZO ,p,C r)Tlm O rA mOU)<rrl DZ,-„>2ZD?0A:i 0 D m c m„ A z- =Nr m m,,M5 �m=m 2�O-O,r D(n''' m rmzO-imr m m 01,-10 W'A'1I rC,ZO=fz z Z z z j m m m 0 0 D m 0(1A 0=-1MZDr0 o 0wOrri-I KK Om mK 0=z0, 0 z 0m, w on = rrl * _ co,mm =mZ m I. N OWQOO m0-0 m < x = F - m O Z A m O Om=0=x OmNr 1 00-1m2 Z m m .Z1 Z , W C D O m O>ZoC Omn0= Z Z Z A Z O D Z mini=mK Z -1=<1 ,A-0 C 0 -1 r O 0 m A D m O-D0y 00d'"m m O D r z-17 ZO r m on mo *0 I> mm r mm m O _ Z 0 cm m 0> c m* m> 1u) Zl m Z O Z 00 CT) DK OM C m O 1311Id AEI 030IA02id A8 S310N 26'-6" W *KU1U1OmOO .ZlmD 10<00000 m= 0 m0imZZZ 0>0 iID= rDOHrDEO,Or 03 m5�<<ODM>0T0 00 o>ZmO�DO Zm* A 0 Zl = UI m G+ D Vi zz>c 2-1 (-1) 00= M ▪ omm mKmmm <U1 Zl CO oommmz 0 )-xicZi Z O m A D , Om n 0 O A r m O A Q m Z 9 m 0 A m m O p C P A , mc. -0 1m�m mco= .. . =0 rrl6• K -i ZIOm 0<Dm1zrn -0 -9 Z 0 m2 < - - m o0 n m Z 0 O Nm o m 0 P1 z P1 D 1— z 0 m co A m m N U1 c0 0 �Z OO I 00 HSVMN3V8 0 rn co rn N J C C O D O ▪ Z D Z D U) m z= = J o 0 m m z UE 0) O VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1.OL3 1 133PO d A10 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS PIPING PLAN MANUFACTURER 'B' CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services •1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 _ OF , `f+9stl ;..GEN ADY BOKSINER OA 94928®®®/l Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—CMF—DT—MECH01A.dwg 'Last Saved: 1/29/2016 9:46 AM Saved By: ddh 4 O NO MO M Z 0 • < N i= -1 N 04, =m 0- 0) 0) 4 0 P1 z 0 ZCD > 0 D> z tZ rn- a) z O r m m D P1 m { X D Z O X1-‹ 0 0 0 C0 > r Z to 0 m� m D0 Z C C - D-0 m nzC mO m x31113 A8 03GIAO d -no F N m� 11 Z 0 Til 108WAS A8 8 O m O D m 0 m z m r O m 0 1J <> MXM mm rr1 *x O *rn Z m O { 0 0 Ii-llrl�i m r 0 0 N N 0 N 0 0 T) N➢ N 0 0 0 N 0➢ 2m{COC TIO mIr 0000:m1 r1Zm r11ry.TX1 Krm omoDZOr {D{0D ZO T) D Z O O** 0O z m z m➢ O> 0- D(=D = Oat=-ioZ-01 Z z Z N 0 2 m1 2 m N m N{ Z m1 00m D m D { N T —1X -0(J) m Z 0 2 N r -U r 3 Z r K O z N m N 0➢ O =O n�mmZ00 D.T10 �yKo N* Z��mT1 TIZ� CnZ mmCm0T0 =>r zmi°OZ 2,mo DNDmR00z „Ir m 0 O, p, C p m m m, nm n 2 m O Z P P C m OZT7Nm�m JO0m Mx00 N • = U W •m-1 �70m 0K • M�)(/f N O 2 frn = z m ', m T 7 1 z r r 1 m� N n� { 2 0 -<mo 0 m Nr% 0 -0� (�/) rte') > m VI M :S310N 1` d]N30 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS SECTIONS AND DETAILS MANUFACTURER 'B' CITY OF CORPUS CHRISTI = TEXAS W...� Department of Engineering Services r1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. # COR12313 4?).I ?).•...,. `f+9stl ;..GENNA...®OKSIN. GENNADY BOKSINER / 0 94928®®®�° % Ose/CENSE-O,•A'' Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 0 z 4 4 - o L. L j L. - 4 4L. 4 i. n 4 L- L. 4 - A 7 ' 111 0- 0) 0) 4 0 P1 z 0 ZCD > 0 D> z tZ rn- a) z O r m m D P1 m { X D Z O X1-‹ 0 0 0 C0 > r Z to 0 m� m D0 Z C C - D-0 m nzC mO m x31113 A8 03GIAO d -no F N m� 11 Z 0 Til 108WAS A8 8 O m O D m 0 m z m r O m 0 1J <> MXM mm rr1 *x O *rn Z m O { 0 0 Ii-llrl�i m r 0 0 N N 0 N 0 0 T) N➢ N 0 0 0 N 0➢ 2m{COC TIO mIr 0000:m1 r1Zm r11ry.TX1 Krm omoDZOr {D{0D ZO T) D Z O O** 0O z m z m➢ O> 0- D(=D = Oat=-ioZ-01 Z z Z N 0 2 m1 2 m N m N{ Z m1 00m D m D { N T —1X -0(J) m Z 0 2 N r -U r 3 Z r K O z N m N 0➢ O =O n�mmZ00 D.T10 �yKo N* Z��mT1 TIZ� CnZ mmCm0T0 =>r zmi°OZ 2,mo DNDmR00z „Ir m 0 O, p, C p m m m, nm n 2 m O Z P P C m OZT7Nm�m JO0m Mx00 N • = U W •m-1 �70m 0K • M�)(/f N O 2 frn = z m ', m T 7 1 z r r 1 m� N n� { 2 0 -<mo 0 m Nr% 0 -0� (�/) rte') > m VI M :S310N 1` d]N30 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS SECTIONS AND DETAILS MANUFACTURER 'B' CITY OF CORPUS CHRISTI = TEXAS W...� Department of Engineering Services r1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. # COR12313 4?).I ?).•...,. `f+9stl ;..GENNA...®OKSIN. GENNADY BOKSINER / 0 94928®®®�° % Ose/CENSE-O,•A'' Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 0 z File: N'\WW\DRAWINGS \WW—CMF—SC—MECH1AB.d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\ DRAWINGS \WW-CMF-SC-MECH1AB.dwg 'Last Saved: 1/27/2016 5:24 PM Saved By: ddh o (1) m C M\NZ O m C W m N rr*IZO)OC 00��� cZU) > N c➢OO 0m0ON m 0B 000n Z ➢ 73 •Nmm� 0 c C 1-D- ZmcnC PO -z oD Z CZ to fn m(n CO NrXLD1 (11 y -0n - Oz ➢<m Z O z 0 ➢Pl C U)C Z 0 ZZ O C N D N Z r xi r A 0 -1 U) Z 1 M O M n9 -0 m 0 mm0 N D 0 11) u cn 00 CO 0 m 10,-0" MIN. HOOK HEIGHT x O O n 9Z'£Z ZZ L N01103S 33S Z 0 P1 m O 0 CO M-9 >0 Z c C- m nm om c m0 m m 2131-113 A8 0301A021d „0„ 108WAS Ae P1 0 m r 0 0 o In m O co q O m z z c) n n C 2 Om ➢ z In Z O 0 O z C 0 A -0 m - m 0 to r C N m • 0 x� m -n .Z1 -o Fr.' - 0 -I In -o • 0 x 0 0> m Z C DDS P1'o m VN O -< x -13m z Oz03. mcg= J VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6Lt0l3 N 133PO d A10 cn oorn m o� 00 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS SECTIONS MANUFACTURERS 'A' & 'B' CITY OF CORPUS CHRISTI _ = TEXAS W...� Department of Engineering Services r-1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 _ OF , `f+9stl ;..GEN ADY BOKSINER %GENNADY BOKS... / $ 94928 Freese and Nichols, Inc, Texas Registered Engineering Firm F-2144 \ / _I \ .Z1 -o Fr.' - 0 -I In -o • 0 x 0 0> m Z C DDS P1'o m VN O -< x -13m z Oz03. mcg= J VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6Lt0l3 N 133PO d A10 cn oorn m o� 00 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE EFFLUENT FILTERS SECTIONS MANUFACTURERS 'A' & 'B' CITY OF CORPUS CHRISTI _ = TEXAS W...� Department of Engineering Services r-1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 _ OF , `f+9stl ;..GEN ADY BOKSINER %GENNADY BOKS... / $ 94928 Freese and Nichols, Inc, Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—UV—DT—PIPE01 .dwg Last Saved: 1/27/2016 2:08 PM Saved By: ddh A W N 0-10 -100 2 O Z r0m 0> N O z D O< O oma M 0 O = D O pre M P v cn C N -0 Z O O D z D mr O o Z zm r1 D —▪ 1 nm z p 0 N3d0 38 01 HOnONl O Z EAST END AND CLOSED ON WEST END. PI 031V3013?J / 01 1N3WdIn03 CO z 0 --I P1 108 W,1S ,l8 / / m 0 D 0 m 5 mT ul 111 0 0 C 0 C -I0 -I 73 C xi z 1- 0 r 0 V a 0 W m 3'-8" 1'-6" SII 0NI1VN0 wnNIWn1V „L 30 D Z 5'-2" MIN. WATER LEVEL 1 1 CO L 5,-9" MAX. WATER LEVEL 7'—O" 0 0 0 C-1 C Z mm II CHANNEL DEPTH 0 m OD 0t° 0 Z11 C r X P1 » 0 0D r < O N Wm X E- -0 -0o o° C D << ;m CA m -r1 7 0NI1Va0 wnNlwn1V PI 0 C 73 CO 0 n 0 m 4'-6" 4'-6' H o m z O m m c 73 C 7- 0 0 0 N 0 r m L -F o) n z z 1 0 O • I z' L 31naow 1 I. . 111 0 0 •m IM Ops+ C) T. m z 2'-5" D Z Z H z TI 0 ym m 000 C << C Z z W m O D-� D D Or K D O 0)) N R 0 3'-1' 2'-2" .1 leP D v -1 Z 0 2 �1 X O N m N N O I � � O Co. m I n 2 O A m 3'-11" (.0 3'-8" 2'-1121" 2'-1121" N 2 0 D CO re) Nm o 0 O C AO D( O O M O TI Z w v Z� mor < C1 X/O ro Zc WCI O� mz C 0 -Md 1 0 moo ' C -1M O Z C DI m Tl D� V1 0 r. 0 21 m v0 �o D m N r0 mCO 2 VAz v D Z m 0 Dr Z Ovi - O m t VERIFY SCALE 0 1 Bar is one inch on original drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE Y DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 'ON 'ON ONIMVNO 0d022I rri 0 co (.0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE UV FILTER AND PARSHALL FLUME PLAN AND SECTION CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16006 Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 i }ill \*, JASON COCKLIN i #56 112750 Ta 01/29/2016 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—UV—DT—PIPE01 .dwg Last Saved: 1/27/2016 2:08 PM Saved By: ddh a a o a a a 4 D O C <x `; 00 C < rr m N N Ln N 0 N I 2g m D A18113SSd AVal 318V3 318V3 H3IIMS JJWll GNV a01O1,1 wrp 2 rnmm m m z 0 0 Z — - C '0 O Opo G D p O Z m II CC, O AVal 318v3 318V3 1-1311MS 011 ONV 80SN3S S318V3 dWV1 DK -D0 O M 01 �O m m D 0 2 m O I m z Z z r*I m r O AVal 318V3 3inaow An MINIMUM HOOK HEIGHT 1SIOH A31102,11 03ZIa0101^i A ROUTE AIR SCOUR LINES ACCORDING TO MANUFACTURER'S RECOMMENDATIONS. CABLES MUST BE LAID RESPECTING 9" BEND RADIUS. Z m —, —1> 2 mm Z to m _D p O CO XZP z*Z M K paw r.r'oo rn�p C x z r m z1n Z m p- o pm 1 m C ZK D m 0 1N/ (7 0 0 00 m —10 D 2 C O 0p J 0 2 Z Z1 m —1 p m D O M D A -1Z 0 O m 0 O Z m C r O m C) m mm m -1 —i o C i .71 -1 CC0 0 mW -1 '3 co zo =D o I pO 2� = rr„ 1n '63 r7.4 OO rrl 0 D 2 mO x7 2 Z - , Z —1 x�W m _0 K N D D Z I Z -1 -1 o m m — 12 '3; o Z co O y 0 N Z m Z m 0 Zm co r N N K> 00U) 0Wr D co D N AJ Z mo 0 0N : 0 0 0 C 0 O D W m to W 0 A O 0 m 0 0 n 0 0Z x VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE Y DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 tal 0 0 CO 50 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE UV FILTER AND PARSHALL FLUME SECTIONS AND DETAILS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services „In NICHOLS 800 N. Shoreline, Suite 16006 Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 Freese and Nichols. Inc. Texas Registered Engineering Firm F-2141 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—PAR—PL—MECH01 .dwg Last Saved: 1/27/2016 4:49 PM Saved By: ddh r 0 -1-00> �C OD -ozr m -0 Z m M D Z C O 0 0 V ZO> m D rU)0 —1-z z M 0 0 r*m -1 0 C 0 MIA NV1d m Z N0 -< C O 1 0 C C D z rz m 0 O m 0 m r m x m 0 m N O tJDx) Z m Z m 00 03 0 rn 0 0 H—i C O m r- 0 —I O m 6 m 5' 6" 2'16" O m Z A O m� C O< z 0 0 c < W w � O N 0 Dm� Z O -0 m z `L T1 0 2 L_ W S31ON -IV ON30 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE Y DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 iV 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE UV FILTER AND PARSHALL FLUME PLAN AND SECTION CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services „In NICHOLS 800 N. Shoreline, Suite 16009 Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 },„ JASON COCKLIN 1,1"c. 112750 1 �l F dxCENSf-�®'g `ter. Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 C= CA Z M\S9NIMV210\MM\N :al!N ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—RLPS—PL—PIPE01.dwg 'Last Saved: 1/27/2016 4:02 PM Saved By: ddh Z - m xm WW m 1) Om C N D z z (3 m O C(1) 0 -0-oz •0O 00. 16'-0" 2'-0" 4'-0" 4'-0" 2'-0" f O -n 0 rrl nm m >10 �m oZ m� 5'-0" 2'-6" 2' 6" m 3) m P1 xm m rOJ m - C) 'a Om C zDz Gimp PUMP FLOW CHANNEL FLOC N f z Om m r 0 0 '__ 0 A W N mq D Co m>� O m 0 w 0) II H 1m O (73 rn -o N 0 II II II II II -II— n D Z Z P1 1- 0 U) n 2 D m 1 01 0 UI 0 ,l7 p N m O N 2'-0" N W N . > 0 0 0 2 0 0 Z () 0 O-1 0Dr Zo 1 Domes 1 m m r 0 -0- mmcm Z m r m N r �r OZ V)-0 >WZ zmyr'1 N 1-9 KNWZ 0 Z O o E P C D? -n< C7 Z Z • m-0 m z 0 11 N co CO 0 1— N m 0 m rr'1NA Z -o Ego Z — m -am o0 my O C Z N N m Z-1 p0 0 Z O N O C W O Oo Z 0 I1 z rn z 0 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L t 0 l 3 1 133P08d ,&110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE RE—LIFT PUMP STATION MECHANICAL PIPING PLAN CITY OF CORPUS CHRISTI _ = TEXAS W...� Department of Engineering Services r-1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. # COR12313 _ OF . `f+9stl / GENNADY BOKSINER %$ • 94928®®® % Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 FLOW THRU WEIR PLATE (BELOW) CHANNEL lir N_ 1m O (73 rn -o N 0 II II II II II -II— n D Z Z P1 1- 0 U) n 2 D m 1 01 0 UI 0 ,l7 p N m O N 2'-0" N W N . > 0 0 0 2 0 0 Z () 0 O-1 0Dr Zo 1 Domes 1 m m r 0 -0- mmcm Z m r m N r �r OZ V)-0 >WZ zmyr'1 N 1-9 KNWZ 0 Z O o E P C D? -n< C7 Z Z • m-0 m z 0 11 N co CO 0 1— N m 0 m rr'1NA Z -o Ego Z — m -am o0 my O C Z N N m Z-1 p0 0 Z O N O C W O Oo Z 0 I1 z rn z 0 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L t 0 l 3 1 133P08d ,&110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE RE—LIFT PUMP STATION MECHANICAL PIPING PLAN CITY OF CORPUS CHRISTI _ = TEXAS W...� Department of Engineering Services r-1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. # COR12313 _ OF . `f+9stl / GENNADY BOKSINER %$ • 94928®®® % Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 M\S`JNIMV210\MM\N :01!3 6x,p 03dId-3S—Shc ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\ DRAWINGS \WW-RLPS-SC-PIPE01 .dwg 'Last Saved: 1/29/2016 9:46 AM Saved By: ddh 411 m1 Om -0 mn -1m DV) N mm mC) m D_ m Z -0 m dwnd HO1VW z * o= 00 Nm om o mz r 0 r 0- WZ m0 (A0 o) V Z (1) - n 0 m r 0 m r O O V) D N 0 rD o m m p D W m 0 m 0 0 0 m CT 0 0N38 .06 „Zt C) C0 z C) 0• mLo -om 0 0 m - I -I mr1D m 71 rr U) Z OD D O m = 0I r 0) ■ M N 0 O 00'S t 13 LI 3dId 1N3A OAd „Z Pl (0 O 0 -n 0 r 0 0 D U)K ZU)D O Z W C �U) 0 -0 0 r mn A m n O D 2z, m x -o m 0) A O I m m a) 0 m� r0 Wr 0 0 0 lNIOd 13S I I �I (..J 0 o O o N0I1VA313 dwnd OV31 0> 0 ff Z N 0 gnm� m _0 -n • m D Z DJ :O2 ° - * P w r D' (f) m - 1/) 0 -11 y mD • r C 0 Z r m ▪ N N m ▪ Z -1 0) o 0 O o Z � o0 N � W ccn O 0 Z Z m z 0 m N VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6Lt0L3 N 103P02d ,&110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE RE—LIFT PUMP STATION MECHANICAL PIPING SECTIONS — 1 CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services r1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. # COR12313 _ OF . `f+9stl GENNADY BOKSINER 0-• 94928®®® ••% tt :.CiOENSto• Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 File: N;\WW\DRAWINGS WW—RL,S—SC— P1PE02. ACAD Rel: 19.1s (LMS Tech) Filename: N: \WW\ DRAWINGS\WW-RLPS-SC-PIPE02.dwg 'Last Saved: 1/29/2016 9:46 AM Saved Dy: ddh 11 m 0 0 000, aU _ 2 A - 4* o I r, m Z K o- 0 0 < D m CO 0 r m r 0' mm X m� ✓ 0 0 - 0 O D CO 0) N N N011D3S NOII IS dAlfld 1311-32i r O 0 00 N 7,1'T c _I HI 0EWEz 111.E 11 1_7,11 m r A O O rn r0 - U O D CO U1 0 m> mD z to c 0� -„ 0— Dr 0 0 0 cA In co D I m c O = m z 1nm O Z > D N r Zm m 0 p >z m Z P c D 0 0 m .Z7 z 0 m N (1) o 0 1— 000 o u) Z z -o z- z- -am o3 0-1 c0 m Z 0 N Dm Z -H po- n z 00 Vf � W 0 ("1 O 0 0 Z c-) Irl z D Z O VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LLOL3I103P021d .1110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE RE -LIFT PUMP STATION MECHANICAL PIPING SECTIONS - 2 wiv CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services IM NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. ,' COR12313 / GENNADY BOKSINER 94928®®®�°_% 11 :,Ci0EN5F-O,•°� Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 woL$ DL - 9tOZ '6Z oor .21o0 5 6MP'S310N-11V-OM-is\SONW O\ts\:N :au ACAD Rel: 19.08 (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-ALL-NOTES.dwg 'Last Saved: 1/27/2016 11:42 AM Saved By: ddh to m V a1 N . W Oz mm oo morrnmx - DT MD CDOM* Z`1xDD 1r PDC() Cg m O_ _ _ _ rZ CD M� z_+ OnZOr1*7 ms.mW -A F,,'0 -(S1 _ OO ' o mo 1tn 0mm 1 m0 mmm mco x o1 ZZWm OM rm Mr 21Dmm OU10z ON ;m00NmDDo`*mrrt [Nt�-2R0- O`L mZ oZ10 ZSZ47 m r%OromMT,-40 CS mut O >00 m D1 --40 m 0 Ora mmmmr mm 0-0m m2 1m Om 1 31 DA Cm m 10 r o (AO\�% Z ZS0Ow 000> 0 O.7�] U1 Z MX N�NO."Cbl m Z m 1 A Mrn 2m 1" oN x-1 m m0,1> `2 A m W D MM O Z Z O D z< rm m1 U1 mom �Zor Dm POCCU1NT. Or Oo 0DN1 r ZC N i m -0 ZZ Z M= 00 ZDty2D m0 UImO,Z1 �D� Oy. O oo=IZ m0 O 2-101 (�� m Z -w 0 1 tnrm m -O 0-0 02 ,.m 00 I m x m1 3z x D `L V! z x m Z 1 o O Z pi \ N N 1 N M N --I0 11 Z N �m zUV1 U1 `<Z Wm N z z 1 1 1 m0 2 (Z CA 411000ZC rr--01 !n2 0 "4 NNr\�1 D3 O Z r r m 1 r Z 0 f+1'I Z MD mz r 00 >0 r 1""1 Cr 1 N _12 O z < O�rz OmZ ?m O z D O 2 1 r.1 O �- > mm z ? 70.- yr Dm m 1 o eo0 r�1A `O m 0 m N -< 2 Om m 1 m.. -Zi U-10 r1DZ ZD Z 1 mm r D1 > .ZOI mM0 DZN p13m \ D� 0m r 1�1C u1N m0 mm m r`; m0 zo O`L mommr>> c. z 0m X 1m m 1 x o 000 00 OO o 1 mmrr_ -110 1 to 1 m W m o 0> i ��mm oDz m1� m mD x cn1"'10 z--1 > 0 1 m 1 O O 01 -. D m m r I• 'n N D 1 u100m orn r_ p 11m 1 m 100 O 0 m T W C O D n x* o N m 0 1 r-rI 0 c ro �x 3 1 m Z o m m ONID2J03N138 213 O MZ zo2 m0 Mm •0 SHALL BE CUT THROUGH STEEL FRAMING IN FIELD UNLESS APPROVED BY THE 9. WELDING SHALL BE PERFORMED WITH E70XX LOW—HYDROGEN ELECTRODES. Sl3NNVHD An 801V2J3N30 3bf113f1211S O 0 as U 0 0 0 O O NI HON N 'MO138 031SI1 SV 38 P > 1m 1mU11W mx 00-Im0 on 001',003 -U) _ _ -'3 OD Xm-0tq 0=rn i.' > m1 mDZmx rma Dmz00Z ZZ WO0 1 O Z• 10 Dm0 ;ZAy0U1 0C 1000Z 0m01 mm-0=> tzilGm7 .-.1) wilco ? Z m mO 1 OCO N oZ m-ZZZ Zm Z002D O 1000 21 01CA0 1 m1 ,0=z p0 DmDxmm ror1m �=12m- Nm 1-,(n D mm MoKM 011 0-J112m O Z00 mD xv1 mc ,ZCj1I <CC o=1 mmm OZ -74 m1co r<*loo Z? mm IDD ZD xmN mD 011.00 c7 01 010°m O-1 D r0 1 W-oz IZ Z < m 1 m m 0 1 1 1 D U 1 0 o O W z ▪ -4,1O—0 L-1)T�i 0-0 x OCA Dr ITCH • Z Dr 1r o ZD -1m 1 Zo c',(oo 1 01021 r • mZ1KU1 1r11 m�- Z» 1 VI O y Vl .ZO] C Mm OM A-1OD m t0 .M9,m0 MC Om o >0> m Im*1000ON Zm rr*1-00 m o CO m m 1O o(mn �1c D r to m 2 1 ID/1 (n m I`1 0 m mm.„: -u x 1 orD Z 1 3 1 z D O O UI A or 4*'�Z 1 F N m m 2-0 m r m 1 Om N m C U1O-< m 003 r U1 1 r 0 m 4 -DO '0 C O* O N 0 0 Z C O Z m Orn 00 Mr Or - 2 O m 0> 23 m Z *E mC 3 53 D 0 0 1 1 m U) N m O 1 1 z 0 2 0 0 O O N O to Ca V a1 Cn 4 OZ2 1102o mmmm OCD O1m ZmOmm -m (z *m z_1rn DD 01 o11m Dz ZO O''1Zrp m0 0 mz]I Dmm ZSNm{ Z1u1-- -� Ami Cm�xm rm,m rD -2i{ {gym �zopD DD0r2n On 0-40 m111W mr mrr- �, `11 D0O-4cr,m >o-0 mZ Z• Om A2g0y 2m1. TO Qo mO O<1� ��01 �� DD OZZtzilm z0 21 -Z OU) r-,Zm1C5)m rrlomZ ufz '<r,11 z011X 4Z u10 00 mZ D2A1 �NNm 00 �m � mnZ 00 1 -D. IM 20 010111 DWrmr**tt> -'D 20 5 0m o0 z 0Z0 WO N Zr z� Nw 0 m0<Z 1(- 0m 1001 O 1z Z 0< RA 0112 ammo 0 >0 r1DZo O0 0 D 1r mCi z Cm�N m.ZDI STI (��0� til > 00 mm m0 20�� 3DC0 DZ U11 Z-OO�Z ?0Z Z _T. (Z/1 11n mMDm zMm1 z0 p� pr?., -,9 000 �tn N 0 0 D r 0' 2 1 D U/ N D mD 1< m Z m r1r1 UI C3rZ 11 rNr) NO GZ7 r= O �o m m D '3m05 QOD xmz• E r- m Z 011 33D> 0zOD m b� omV1 0 r*1 o 0 -01 1mOr °z m u1 mX Z- V1 m �m� mm' O u! Z ZODOz U1 00 c).-° ' '-1z *' >0 m3Uz10 D 002 UIO0 ---u x 1 Om 1 ZDmO m Cm 10mm0 rr1 D V ZD xo>rm mm, --t O 1m Czxz> r 0 D Or 100m WQ10 m_ o u10� rZn 2 z OD SA3-4 r- z 0 OD 1V1�z0 U1 1 0 DZ m 0ml U1�0 1 mm .510or1Z m 00 �z?t7 O�1 O 10 m.1-7 1D - r3i1 zD 1D I- o• m 0 •Z0 Z O C 0 U)m nm2m 8z311" m -to 0Zm0 1 D 1 r 1 1 D 0 12f- 1 D- 1 0 1 0 2 r Z 0-< C 2 r C 0 0 3 W— 0 2 3 1-1 Dmr1 D2m z r-iIz 1012 1 z 20 r mr3*7 mpZ -DI KO 11�mU1 0 m m= _ 3 Z Z o Z O Z m Z 01 0 yy m D S 2 D m '0 O 01 20tH 0 :O{ 1 DV) m U N- m o z -n 2 0 1 3 2-1 0 m z 1 1 0 W N o m moO N .m.111 =6_ -i-I 1 1 D mOm- mo- m Z t3f1 o O 0 11 N N P1 > Z D Z D m ^ N oZW0 10 0100 Owrmmw o m m OD 11 12m MD U 00 1-55 0"-- 00 0 — 0 0 mM 00 ae xO o m m �V a, (P 4 w W m REBAR LAP SPLICE LENGTHS (INCHES) N t 1 N O - N N 41 N O - 41 N U N O N N p i. N O 11 ui O N O O -. O MIN CONCRETE, CLEAR COVER 10 W O8 W N V J a1 CO a1 8O a1 a1 A J - 01 a1 N a1 J - U 0 U a1 W . 4 a1 N c0 W 4 N 4 - J mm % -1 'ZI111 2 N 3,000 PSI J N O o CD (p U 1D a1 J CO N 0 0 U 4 J A W U U W CO 4 W N a1 W a1 N W N T tD a1 p m 1 00co 10 - o a1 U J U 10 -. U U a1 0 J 01 4 l0 0) Si 4 Co 4 t0 W 0 4 -. N U W 0 N 0 -.D a1 (Np 0 .T1 -0 4,000 PSI CO W O1 CO CO U U -.00 U JCP -. W 4 J U O] W CO 4 J W W W O N 4 W N 0 0 N W 01 01 0) T O m N1 4 2 N O INCLUDING STRUCTURAL DECK/SLAB AND OCO 01=z U1 Z m 000 O m =0 0 mm Z O Z 2 D ZOr m C r >Zm O _ 0 Z oo -no O 1 tj CD 2 Z 10 mmm 00m2 101 m' 2 1mml x O m mm .Mm0 O m <g mmm m 11 MO 1-1 Dr CO m 4 W N 121r1DD (10 mC 3m0 D P1 POr DZ mZ moo KCZ Om0-1MA1 0Um1 >0 m10 1 1 --mom P10 ZN 10m 2mmNKZT1 mZ OZ IDU) m M O O 0 >0 2 3 omC W Mm m1Z 1 Om0 O on 2 1? 3 Z D 2 0 Z 1 0 Zm mm20 m0 00 mN-O OOOZrrn2D 01 O.Z1] mOO '9�o0zmrr, m* 1m D=U10=0m `z 1m mE mmm mm I m p U)rm N > O m �m1OUlO t7 02 wO0 mL1mDZZ tilomivlo ro1 911 to r Z 1 MW Mm- ,..,m1 - N 1C m Z Zo r�mm,N r 0 f>0 p=4[Vi+m' m 2 m-0 ZDOo4C0 to 1m1 0Z-0 z O Z Z 01T, m 0,z z 0Ulm DN>-,tnZ m O mDV) fn2m r2 0 'mZc mr� . m> 0u1 rn 2 2mr mm 10D Arm O x o m zwm 10NO10 D r • D Opm11 r r• Sm 022r -r Ul m DO 11Dmt/1r U1 m zD -mrzm D 1,1 0 3 >r'' _,m r 0 02 mut 0r2 m 0E n D 1 m 0 m 3 ro D 2O 1 mm 3', 01 O M2 3 m 1 00 >D COO 0 OM z 01 Px D r Z O m V)m 21 Om 101 1 • •Z N m FOR THE DESIGN OF ALL FORMING, THE BARS SHALL EXTEND AS FAR AS POSSIBLE AND END IN STANDARD 2 O O Cmm ZD Zz mm 3151 „z,1Nm>y-c p O0m �mx AO G) ?t m O O 0100 Or Oz mrr 1r 11 m zm 1m 10Z00 1 1 01110 < to o o o -o mm {1m CD7 mD 0-4001000011 01 �O-U)1 -.N 0 10N 0p n� mN m1mZZ 2rx.)m�jZr O 1r moo ZO mm mm�mcS'amOOC Zm m02Dm r -Dma CAM mm 1Z OZ �/1zr0 r 0m--1 � m V1D OO p1 G�1 ZZD =000mO�10 01-1 V) 1 m0 rC00KO Viz= �o ?� m� o�Z o�zZ�vz r fz7tgj1111DmmZm1 3 rro con c'o� m�zzlDxZD cm ion z'zoom1 DZDU10Z,r-DOZ151rmm, ›cn io 0 0 DZ mm - 1mZ ...1 2"viz D W mc-) Dr Vt1oOz01p 00 N m 01m1<NU) 03 1/10 1rr cop 10 00 110 =m3 =D A�Drrm F- M -i G1m omcpz7 D!KO10< OD O=rNm1 m11zr*t mm. ,--0imDAOr ZD UIZ1C (n0 m r*'I 1DU1 z— - �,m1 DnZ 4Dm �.-�ZOO_- m m2 Z2 Z mmr Z 21 z1 10� r,1 3mr3- 1 utu1D U) r*I 00 '0r 1 < U1m2-_iem m r ODr- myN 1 OmZ -4111 m�1 mNN -< 0 1.Zm1 011 022 1110>1frn tzil 1 OD3 Dr011 r CLZ7D CO ��mEd mOmD2mZTmiD 3 '1O U1�0 �� '�m�n�1t2—il rx*I�� Oyinm m_x0 Z co* 1`G SDUI om10D 1t .0„10- 1 U1N ZU1 tm/1 ,ZD1r • z �Ovl z1mrZOC�DD z CMDr 01 ODnm 000��ANt/1timOOr>0 O- r O< otAZ O O•• Z zm11� u) rr'1 1m 1r2 U1�0 V1='120 Dat,r rr^D m OUl O 1m u)1100 Z�m0 1 V -1I 3mz�p o0 01M1r1000mxOf0Z D<z ut m- N m2� DNmmZD0 C �G7 �� CO 1r Om1PDD �Z 1 C 3103m ommmF mow- 0m-to02ZU1 2 r1 OO �r Z1rm 10 1 31� 3 z Z01 O <VI Cf7�0m=r1 V1 m OZ01m 31 �EKrnx2NO m1 01 011 > O O 01,1 OP1prm m 1 11'0 m z r ZOO 2 OmD ZV1C Z000D200 CDmm m r m- C O m m D 001 D N Om>D 00031ZN,�T o m (m Z D1�01 r O� Mo Z20 OO�oO DZr CO 07 1D `a m -tom' 2D Z 1 CODS T. OSOr1*101OnrOA1m1D?O -Kill' m 02 <P1 rrl rrl t7 ,11• Zr-Zo UI tnm NN O CD > DU1 mzooxx0Dr 1 r1*)m00Cr �m rn V1m0 zmr m 1- r 1 1m mD --oi1tm/-1-1 101-11n 1 j' A m cm �� co - '-12 �'<mmt7c Z N �10r Ofn lbil -B2�DmOmOAZr2C 2tn mozcn , mm m Z m ? O m m o m 0 O Z 1 O 0 cn N r,1j O Z 3 r 3m> m r m o C D m o m D r Z N p o D -40P1 3 1 m Zr m mmm 1 1 0 m W AA OUIOm211rm0 tnm3lw Omrr1 m r1*!Z O 'v0 �13�Zm0 0 O m V13 m fm <r OM- ii o r '3D�m OOrn o 3Dm0mOnN�rmZ m 1 O N 0 ZOm. 2 m 0 (1 :. r Om ,V l7Z1 a _ 1 2 000)� n rZX._Z 000 Z'OZ O �m. ZZO mp�Z 12 m O 1D _� 1 T. 'O �- a U) r���D 0 0 D 0 D < 1/ 1 W 0 Um Z 0 0 K m MM -o> tr 0 p>1 2 2 O Z DmZ c,e- Om1 x zm mm OD1 03DI-Cf 0 rn mm 2 C m 1 -DZ 1�_ 1'1'1-m` r1 Z 110-m0 Z � 0 00 m 30Oy O CIDZ�pOZOp o1��_ z czimz O2 Oz �r0 mZ�m2m 1 mD 2 r -I 1 m O 1a01rC1 D3�0 !p1rm 1zZ010NrmD331 1mm xN ro Oz1 DCDOoz W m. -t5] Vml CO 1ZOC��10mL`- C mC mD OUIOZOOr 1��D� 11Z Dm ZN zpm 0r 00 m a1 m m -1 1D 10'03U1mm02 ~ O11Z0 o- Z '0 �c70111102 2010 0 0 O am -1.<0 O m 0 1 Z 1 m O UI UI 1 n 0 1 o O m x m D D Z D 1 0 1 1 1 1 0 0 0 m mm Zb0 D mo pFr1 ZzOmzm r r OD Z n1 NQOr.1D mO O 11a11 Or= OOr,1m1Z r m0 r1 m 1r 1U1 Z 1 m0 m mm -10-1z `�U)CO DU1�2 1 tnp OmD ,mm �TOOm4 ;<m0 Di1 O� Am 2={20 n0m,c) z rn3 z m m0)01 4100T.z m mm m0 1 oto m' mr-010013 Ul 1 Z 0 mD`z 1mm>O 8 n Z 0Z 0 2m rm1(1m2--• ,Im m { o�Ulx 11*1m�m '1�1 mnrnmm�Z mo ow (n 'O m' - Zm33tZAr '1 0 O3 i- D0 13DOODm z Eo ---4 *=m1 D 2 3< m rZr91 1 DD(n1 OD Z r•'1 0110 Or U1C Z C • CO `Lm 5_"I �immt,�10'10 D m Czv1 rtn 'OO U1mD DC-'rmrOZD O� 1-1 OD 0 cool m01� Dm m >0 rZ m N=3� Z t1n m111 SC 21.1. 11Z m-tw1> C: 1 N m2 0< 01 mU1� 2m r 1 V! r-0 m�1�cp1pNDD 1 O 0 - D•*7 m1 .'[_10 U102 -{C00r Ul N -) O ▪ 3Dm O _1 Orr D_ 2m OZ� O Fj m O m0 m S01y(1 VI z 1 *O zr�e�==DOm f+Z'I OmD x10 �0 !M:j xDrD OCO �1 O Zm 1 00 mDr b D 1C 1 O mOX 1mm r.Zm-100 1031 mm0 D�moo Om Or moZrA o 22 Zvmm30xD o 1x-01 {r1D c°D= D3�rDZ u12 1 131 N-fC Dr m �0 1D1m0mm< O mmzl m mmDOT.Dn1�1m OOmmx m0`-DL'IVAR1 O `CZ W DO 0Z� m1m0--41-ImmcmZ mzco=1m 1Dn r O OZ0 m r 1 A O D m2. O Z m13ZmmcZ 0 *xx-t m 0 030 _ Z 3 Z m D �11 Vml DU11� >CCO Zn107 1 0 0 1>XG70 0 T1.X 2CC1 CI 0 OM �ArNr1 Opo mm3 Om P1 1NmO0 m -OC' D--1 Z33um1 mD 0-( 1mZ m x� 000 mKr- r� N a) O 1 0 O z o I' 3 VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on thls sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 10l3 / 133=c1 ALIO WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL GENERAL NOTES CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services FREESE FM NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texos 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. g C0R12313 SE OF Pt, hof'•....... AA :.� !•'SFIANE RAY TORNO ••% 12;n: 89499 t: III�ON�� -- -21-./( Freeseed Nichols, Inc. Tacos Registered Engineering Firm F-2144 File: N:\st\DRAWINGS\ST—WC—ALL—NDTES.dwg ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-ALL-NOTES.dwg 'Last Saved: 1/27/2016 11:42 AM Saved By: ddh an to .p W N Op Xy ox mD W DO m:0 �x� x,mm r� Sr',..Imm NOCmIr*) ODDr0 m Z OD zO 0Z m-.1 .gM 2cnrr2 Tom Zn p1 m> --I f00c cn mm�� C)mDpf xl m r VI.-tp7 rnD mm t<�710�r, Dplz 1 =mn`r OGS 2m mT C7 DD m�Fa-a 0-l> Am��Zm mZ �� pNmOm zxrm�T mvn -�� p pD .Zmi mM M 0 N11r.Z12 N) I M - Cp MD m1 p n O _� M r OCO rr mmoz ,9,..-<: mmZpO w0 wZ Wm m2Zrp -;0 '0 o D0r�*1 C� m Cm m m� m1[D m Otnx� r rm �x Om DOrNC rloor12:1 -<M in -I 'n ('0 Z 0-S. -mHN WU�i <0m0 U).Tl UZ)~per 4DNU) -<0 mm O ▪ C D, O X1 :0 x Z Zl 00 m rfrfZmp 0Nmr Fm mom mm D DD Om co CTD r -i -I U1p O 7J r -r1 > Ozc - 0- Cm 0x Z > -00> -‹ 0p m0 ZZ-or�0 Om p N 0Zmp D-,zz 0c)u)..Mr*1 2 z x- m 10 >0 m3 Z co 03Zl 0K3 mmx7 -1Z EA C) r m� x-l� - 1 O r Z1 P P m i 00� mom+ ZQ NC 0 • IDC UI �1m -)ODD 0� <U) zm La 0 _0Om 11 �Z1�N - 0 x0 Dm 0 O ZUlZrr mvmm >- 2-1 1--D m 0• 0U) � U) r'1 -1 mm 0O 1 Omp�D Zr?_, 0 mo °z O m O U10x Cr Cn 27,1 - �o c 1 `"o=QZ -imyx) cZi >m Ulm ▪ 1 Crytn D m c o r x o Z P 0-1> M y mi- w m O x O- -< mOm-1 U, Z. Cm ZZ p D ZZXin O U)U) '� —1 m1 x 11 o5 m> O • N zm 11)10 m p x 11-1 � m f�*7 m r Om O- m1m OZ 3 D z DZ Z m 2 M MOm m= r 0 0 m=Z0Z O O O ri 0 m o m r 0O 0 0 SW3ISAS JOHONV 3NS3Had VERIFY SCALE Bar Is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LtOL3 f 10311?Id M0 N 0) 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL GENERAL NOTES CITY OF CORPUS CHRISTI = TEXAS Department of Engineering Services 11 •1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 ZE OF rfy 1",7*. 1.4 ANE RAY TORNO �SH I,1':• 89499 W: F ••,FENSgO 241-10 Freese and Nichols. Inc. Texas Registered Engineering Firm 1-2144 3 5 ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST—WC—PL—CMF01.dwg 'Last Saved: 1/29/2016 10:33 AM Saved By: bj I 0 ASPHALT PAVEMENT SEE CIVIL PLANS 35'-6" 2'-6" 30'- 6" 2'-6" 2'-0" 26'-6" 2'-0" 5'-0" 12" 2'-0" 12" 11'-6" 12" 5'-0" 2 13 D 70 Z0 0m D • r= Z •—••> 4'-2" 7'-4" /It /u. ua m 0 D' Z 0 -1 Z1rn D 1 N u) u. / ht /u/ C) z 2 0 Z D 13 1= to U) 0 -1- I 0 11111111111 111111 111111 1111111 1111111111111 111111�1i11 111 11" '1111 e>• 1111 11 11111111 t Ili 11111111■ 1 111 "mum m /1111111111111 IN! 11111110111nooppod i z0 o v. r -m m 1111 1i ..z —I 1011 1111 111111 1 1111/1111/1 ■11111rmm C11111l.Ri1 111111I11111 ■11 1111111111 111 2 13 > 2) z0 0 0 -• �rnrn O �> m 14'-6" L 1 TI z o o 12 xi • FP1 0>O • m 0 1 9X0 IM wnly N I 0 N r J W 9X0 N oi L 14'-6" 15'-2" (3A08y) 1IVaON D23 0 13 D • 73 73 m O 73 > 07 m c C) 0) 1 J I t0 1001 0 12" N 0 12" a311n0 4' 8an0 N N 0 N N 0 ('d.u) -100 X2X8SSH 0 O) 0) 0 z 0 4'-6" VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO DATE BY DESCRIPTION 62 I° LZ 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL FILTER BASIN PLAN MANUFACTURER 'A' CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services rBNICNOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 %%%%%%%%%%%%%% sir?E'..... ;e+gStl :,* r 0••h 6•./ SHANE RAY TORNO %''r., 89499 t% Vig/cEN5E0,.• I.�<'�� Fre A6 and 111ehals, Inc. Texas Registered Engineering Firm F-2144 —ld-7M-15\S0NN0210\ls\:N �I!J ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-CMF01.dwg 'Lost Saved: 1/29/2016 10:33 AM Saved By: bj 2 A N? W <PT0 0 mal D0 O N Or m Tl zi 0 O U) > • M D Oj � 12'-04" 18" 0 0 O C 1IV2lONVH WfNIWfl1V 'd08d 0 O D 0 z C _ D Z O D Orn m-om 0 0 7 CO PI 73 0 U1 = m _ D D 70 an 40 m Z O = V)00 O• m 1- 4, a P1 U1 to m CO 0 0 r _0—,1 = $/£ 311/3 �z me CO �_ C z rn w rn 0D O z a za U) W ' M O �DDO P1 0r co -F1 I. 02 (11D vl U1 D • A > O .,4 C O m m m � *7 mo 10'-14" 18" 8'-7" 6" 2'-6" N 1'-114" / F h N 8'-7" 2'-10" 2'-2" 8'-9" 1'-6' 1113 318VM013 N 10'-14" 1'-6" • r 5'-04„ -74" { m m 3- 3") —170 0 m 0 X D (7) O m �ct4 70 - D m NUJ) 100 x9x8SSH 1IV210NVH Wf1NIWfl1V 'd02Md N U 0 N 0a 1 m VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LL0L3 / 103rOdd ALIO I— N 'ON ONMMVNO 02103321 N CO O CO WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL FILTER BASIN SECTIONS MANUFACTURER 'A' CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services NM FREESE 11F1.NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. I COR12313 ZE OF `t %% FP � *,# . •. 1..h h../ 1; SHANE RAY TORNO ��iv, 89499 t: /,?SSrONAL 1,<fri Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-CMF01.dwg 'Last Saved: 1/29/2016 10:33 AM Saved By: bj 0 W CO CO II• O `-ASPHALT PAVEMENT SEE CIVIL PLANS 35'-6" 2'-6" 30'-6" 2'-6" 2'-0" 26'-6" 2'-0" 5'-0" 12" 14'-6" 12" 5'-0" 4" 9.-1 a, /N� N ///r 2 13 z 0 0-0 a• x -0 Z ..z Z 1 a/i 2 0, to au 0 0 r 4 °i a 1 a) 4- 20 O a D• Z 73 O rm - M• • D �> :0> r33 03 .. oa v )r,) v z m `.D z —1 ---,----4------1---4- _ TI- _JNIiVdO WnNlwnitl 0) 0) r • • a) r 14'-6" ll n 2 13 Z 0 O D • O 03 v m 0) 0) Z0 00 D rm m -m -0z D Z 1 L 4- 14'-6" 13'-44" (3noeV) liVao N I• ZO 0v -m A rn m D Z oNI1V89 wnNlwn1V „zi(I 12' N 12" '1 111 1111 " 111 11111111 1111111 1111111 1111111 11111 1111111 1 11111 111111 11111111 X111111111 111111111111 X1111111 1111111 111111 11111011 • 111111 ' 11111 111111 m I111111111 11 X11111111 1111 N 1111111 J co I 0 a3uno 38 eano N N N 0 N N 0 N N 0 N 0 N a) a) a) 4'-6" VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION m 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL FILTER BASIN PLAN MANUFACTURER 'B' CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services � FREESE �BNICR0L5 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fox - (361) 561-6501 PROJECT NO. / COR12313 Frees. and Nichols, Inc. Texas Registered Engineering Firm F-2144 o S 3 15\SONIMVNO\Ic\ N SIU ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-CMF01.dwg 'Last Saved: 1/29/2016 10:33 AM Saved By: bj . O M D O M0* N Or f � m m 11.-2" 18" 9,-8" -a 0 0 L 3'-74" 0 m O 'a • I w 01 O w • n p � 1 N m r <m N '• � r1 . w m r D 071 73 71 COO73 O 0 46 N A N > XI In Ul N NO. N 1IVdONVH Wf1NIWf11V 'd021d p CO 71 (/) 1 0 _ D • M N 0 N 0 0 On P CO m _ D N D (/) a j 11V8ONVH Wf1NIWf1lV 'd021d rn co to 0o C) 0 r 4 0 rD mZ m C OJ 0c 270 m O Z 18" 6" 2'-6" m F 0 r� D 07 m 0 m 8'-74" 1'-6" N a) 4. • P1 0 8'-74" 5'-01" . 1'-8" ('dAl) '100 9¢x9x2SSH PO PI A O D Z D mr Z C 1 =z zC �1 D 1 8" VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 1 l33POdd A113 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL FILTER BASIN SECTIONS MANUFACTURER 'B' War IMMO CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services FREESE r81111CNOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / COR12313 i OF T1 1 4'."•s••.. exs.. SHANE RAY TORNO t.S Crif. 89499 W% 4(1.••CiCENS`a0: 4:= F / � "tirlAi = - L /-2'-l0 Freese and Nietrole, Inc. Texas Registered Engineering Firm F-2144 ACRD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST—WC—PL—CMF CANOPY.dwg 'Last Saved: 1/27/2016 10:17 AM Saved By: bj O 0 hill 35'-6" 3'-6" 28.-6" 3'-6" 14'-24" (MANUFACTURER 'A') 14'-3 3/4" (MANUFACTURER 'A') 12'-4i" (MANUFACTURER '8') rn 0 16'-1i" (MANUFACTURER 'B') IOTIMIMMIMMIn i�nm 101011111 iiiii ���� 111111111111111111111 mumommull polommunl inommun 1111111111111111111 Hoommumm �, 11111111111111111111 NIIIIIIIII111 M111011111111111 1111011 11110111 11.1.1 1111011 11110111 li 101111111111111111111 IIIIIIIIN MI111111111 III 111111 M1111111111 III 111111 uIll � 11 mi11111111111 � .11111111 11111 111111 �ii ii ipoommumu inmiimmommiI111111111111111111111III1111111111171Npmming onNO 1 MI 111111• w (du) —1 11111111111111 11111 111111110 I W18x50 BEAM W18x50 BEAM li ummmimimi innnn nnn1�i,���ll,�� onommoom mummy' Immmono nlipmo intule � i ,,,,�IIlIIIV 111111 1111111111 IIMIIII III 1 111111 1111111111111111111111111 111111111111111111111 11111111111111111111 Iq IIIIIIIIIIIIIImu I111111111I� II�II1,! b1111 1111111111101II igloo W rn w rn T W18x50 BEAM 0 u1 Z 0x w • r C 0 CO 0 00 rn> D W18x50 BEAM 030VdS A13'dn03 w rn 8 3'-6" WV3B AdONVO 03Aa110 „ixSSSH rn 0 0 D Z 0 U 030VdS ATVnO3 030VdS AllYn03 w rn t0 VERIFY SCALE Bar 1s one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL FILTER BASIN CANOPY FRAMING PLAN CITY OF CORPUS CHRISTI = TEXAS Department of Engineering Services FREESE r-1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / CDR 12313 9. 0,o64:O1 — 91OZ '6L „O(' File: N:\st\DRAWINGS\ST—WC—DT—CMF CANOPY.dwg ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-DT-CMF CANOPY.dwg 'Last Saved: 1/21/2016 11:09 AM Saved By: dks F 0 18,-0" 14,-0„ 01 (,v, a3an10V3nNdw) 83an10V.1fNVw) „4,{C -,4l wV39 Z/1X9X9SSH i O N_ 0 CO Z ybo 0 z� N n kJ) -+ O - Z tr fr 0 Li 0 z0 0 0 cm co o O Z m G7 frl N D CR m0 P1 N 0 0 m 0 OD Shc0 9X9 l '100 9/CX9XSSSH II II O N II O 01 O 0 01 O O cc O VERIFY SCALE Bar is one Inch an original 0 1 drawing. If not one Inch on thls sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L013 1 1a31OJd d110 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL FILTER BASIN CANOPY SECTION AND DETAILS MINN CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services r�FREESE smitxoLs 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT N0. J C0R12313 ZE Of `TF,t rA leo SHANE RAY TORNO 41 89499 WS r to Frame eNichols, Inc. Te•oa RegataatlEnyine.n4 Firm F-2144 6'1,IOM-1d-OM -1S\SON IMVUO\1 ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST—WC—PL—UVO 1.dwg 'Last Saved: 1/27/2016 10:16 AM Saved By: bj 13'-0" 8'-113" 9'-0 7'-0:1„ 12" 11'-0" 12" 6'-11i"5'_o-" 12' 12" 4'-6' 4'-6' 12" 12" 4 12" 9'-0" 12" f D70 LA D 1 mN „ PZI ,o D N r 0 ',II D mu, XI D �n K m Jam— in 7,m in Wm r C 0 m Vl c J� M m r r--�— in 71 tn p r -ri r GA 0 m i (n I N Z 0 N r 1 Z N ° ° ° ° °° '�_ ." ° ALUM. HSS 3"x5'x1/8" m I ° I O IPo I° ii11 ID 1" 0 Im OC �1m OIlli O z rri-i 0 0 C 21�1� C N O X))O-, :DZN 1 it 1 y /1" ALUMINUM BAR GRA O— O 11 N N I W v N \ f O O LA. W \ 2'-52„ 12" 2'-51" ) 02 W 1 . I I N \ IJ1h1qh jl'' i I- 7 A SECTION VIEW S9 SIO SCALE: 3/8"=1'-0" W O11110 o ° ° 12" CHANNEL #2 iv ° e ° 12" 0 ==y 1 r - 2-52 ' n 12" L4 cn N i' mi - 1 11111p11111 LP . ill.Pil cl' 0 0 LI 1'-62 0 12 m 0 TION GATE NOT( �I 8 N LA II _/41Q,t r 1I N. cnl EDGE OF CANOPY S9 59) SCALE: 3/8"=1'-O' V W u 1 IV W CHANNEL #2 ALUM. C8x2.43 ISOLATION GATE NOTCH CHANNEL #1 _r -1,_X I I HS58x8x COL. (TYP.) n ' I • /� SEE S11 •\\.(/ I �>// i 1" ALUMINUM BAR GI i /EDGE OF CANOPY :LEANING TANK LINER REFER TO MECH.) -CONC. CURB 5 C °. ° °° n ° ° I 4;47.f.' ® 0 iii Ifi61 �jA iiiiil.Giti ii' Z yup 1 I r 1 z P F A" � ill iiiiiiii:i ri �1 r: i iiBir Biliiniiii G ii O m \ , `Y -. to _ i nnli �ii ni �iiiii glnl far 1i A NY -.Ill d ii !VII ot leer pp I 1 Ht 1 1 E I 11 ful p _111 tl�l� 11 1 Mil 1 111 a II 11 °°1 o NN ' L J 0 C 12" L 7-11" 12" , XI 1'-6" m 0 Poi 8 _64„ -n 12" 12" 2,-112„ 2'-112„ 12„ 72. 6,_64,. 1,-6„ 9'-11" m-. 11 I- O 0 N A 10'-64„ 0 5'-11" 8,_64„ VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION \ m s SHEET 33 of 89 RECORD DRAWING NO. STL-21 1 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI TEXAS � FREESE �a NICHOLS 800 N. Shoreline, Suite 1600N Carpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501-2q_1to PROJECT NO. / COR12313 :y ftE.. TF+'s.� h� * '''�., ... TORN?, .5 /° SHANE RAY TORN? fgt. 89499 •�� /l"°�n'•��CENS;?•'. Il `rS°'• '''' �� r?NA� �,; ��.....� a 'and NiChO1B''ir Ta�°t R.- hued En.inNrin. Firm F-2144 DRAWING SHEET NO. S9 STRUCTURAL UV CHANNELS PLAN AND SECTION Department of Engineering Services 4 9 wo09:Ot — 910Z '6Z uof :a1o0 10M—ld—JM-1S\SONIMtl210 ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-UV01.dwg 'Last Saved: 1/27/2016 10:16 AM Saved By: bj II O co N N N O (0 J 6'-4" 7'-0" A r O7 r m F ✓ . _. • . . . \ • e 1m �r0 I `-°. 13N In CA co ..,r 1,_10" N N L.1 8 6" r Dz w 4N 1'-34" x cam: 1 • • N I 16'-0" • • n • as N } l 1,-2„ o. • • • • -p 7'-O" N N • • 18" • ge•-A • ! m< O 7' n CO 8'-6" Po -o ro o0 oN wW N N 3af110flalS AdONVO 18" 7'-0" • 3Wft�3 T1VHSHVd u) m m In (1 L) (0 CO 00)) m ® X, •e • Na OO •• O o o • • m N m • 01 1'-6" N rn O —44" W 0 3'-8" 3'-4" z 0 O 0 (r4 W O 240 DN -I0 -0• R. 0 00 0 / 0 7c >a) PI El A e ® z • • O p • D PO z A e • p N = mh 00) • . • a a. a N C • ° w e p • al N O z 0 C•1 0 a• m N • `rte , N • • 8 Wf1NIWf1lV „t z O • no 'ON00 3O dOl m • • nx_ N - r• 18" f 7- 0 VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE 8Y DESCRIPTION 6L101.3 1 1oPONd Allo i W a co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL UV CHANNEL SECTIONS CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services r�FREESE BNICFIOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / COR12313 OF tl t .:‘,/ Li;ptE....., tPagt� e at SHANE RAY TORNO #* 89499 AV /-29-/6 Freese and Nichols, Ina. Texas Regwl•r•d Engineering Firm F-2144 L+Wg:OI — 9LOZ 'SZ nor :n100 File: N:\st\DRAWINGS\ST—WC—PL—IN CANOPY.dwg ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST—WC—PL—UV CANOPY.dwg 'Last Saved: 1/21/2016 11:18 AM Saved By: dks 3'-6" 21'-0" 3'-6" r F v7 0 z v { AdONVO 3O 3003 HSS 5x3x135 (ROLLED) n 0 01 L Ile O ('du) 100 38(11 D Z 0 0 m D w rn 0 Z# 13NNVHO Afl NNVHO Afl r 0 z 2 N rn w 0 3 —6" 2 ('d.u) "l03 38(11 (N 1. 0 C.. O 0 0 2 N al 44 c0 O HSS 5x3x((ROLLED) 0 { J 1'-6 28'-0" 21'-0 z AdONVO JO 3003 N P I mrn CO O0 D —m D z 0 —<-n 0 Z --11 m01 O D C/1 z 0n -m r Z mm DN m0 o33 zm 0 r L L 0 w 0 0 u. J -0 I nT OCO rn o� m� N V1 -n O D0 0D r> O4m m Z c� mCo 0 e m u' DD 33 m J mCo 0 DD m 0 O 2 n m N 0 --1 rn r 2'-0" 1. 6" C.1 311fll3 IIVHS21Vd 0 1 I I 0 -0 0 O 03 •O 0 0 /L4 - oi mm 00m mQ -, O —1 0 0O r D O D P1 Z m Z O x�R1111 ,1 L _ 0 J _J 0 2 0 0 D Z z m O 0 Z O O Z 1 0 m a1 D0.) m 0 O m Z 0 L r J 01 1 L— mCo O cin —10 D D �1 m _J 4 N VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE 8Y DESCRIPTION s P�1 W 0' s 03 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL UV FILTER AND PARSHALL FLUME CANOPY FOUNDATION AND FRAMING PLAN CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / COR12313 ZE OF \tF11 Jy;P''�' 'kgsll j*'14 *ir : I/ 4 SHANE RAY TORNOo 89499 W: 1 FT,-- E0;`� ONAL Freese ona Nichols. Inc. Texas Registered Engineering Firm F-2144 1.095101 — 91.01 '6Z uor z ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-DT-UV CANOPY01.dwg 'Last Saved: 1/27/2016 10:07 AM Saved By: bj O OV1S 3O d01 16'-0" '100 9/£x9X9SSH y 2 N to U1 m 20' RADIUS W F 0 13" 9„ 1'-0" 0 0 0z r- r- 0 0 0 r- 270 - ^ >0Z z c O m z—r Do\ a1 °o _r s r I—CR*OC -0x • O X CO 11VM 'ON00 Z x1 0 0 c m F O O z om rn Nr ND -i 73 C) mn 0 m m { VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LLOL3/103tOdd A110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL UV CHANNELS AND PARSHALL FLUME CANOPY SECTION AND DETAILS m....0. CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services &NICNOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 Zt. OF TF1,' j..h :1:1,111 SHANE RAY TCRNO 89499 :114(571_17!,3i1674..41 -,1:7o. Freese and Nichola, Texas Registered Engineering Firm F-2144 II II 11 II II u II II I 11 II u 13" 9„ 1'-0" 0 0 0z r- r- 0 0 0 r- 270 - ^ >0Z z c O m z—r Do\ a1 °o _r s r I—CR*OC -0x • O X CO 11VM 'ON00 Z x1 0 0 c m F O O z om rn Nr ND -i 73 C) mn 0 m m { VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LLOL3/103tOdd A110 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL UV CHANNELS AND PARSHALL FLUME CANOPY SECTION AND DETAILS m....0. CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services &NICNOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 Zt. OF TF1,' j..h :1:1,111 SHANE RAY TCRNO 89499 :114(571_17!,3i1674..41 -,1:7o. Freese and Nichola, Texas Registered Engineering Firm F-2144 3 IMY21O\14:N .!J ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST—WC—PL—FLUME01.dwg 'Last Saved: 1/21/2016 11:32 AM Saved By: dks 9'-6" 12" 7'-6" 12" 12" 12" T 2'-9" 2'-9" T1 I 0 2'-0" 1'-6" 3, 4„ - 1s O 12" (< C �m �70 m 5'-6" 0 12" N o 00 CO P 0 m 0 D z O 0 Z —1 -11 T1 < c Cm 0 7 m 4A 0 Sd3IS 'ON00 NWff1OO 3811 0 AdONVO JO 3003 S02JV1108 'dOad 0 7J N < N f S ti i0 up0 m O z VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scala. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE 8Y DESCRIPTION 6L l0 t 3 r 1D3fOdd A113 SHEET 37 of 89 RECORD DRAWING N0. STL- 21 1 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL PARSHALL FLUME PLAN AND SECTION CITY OF CORPUS CHRISTI _ = TEXAS Department of Engineering Services rBNICNOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. ! COR12313 i*/ � .. SHANE RAY TORNO'% 1,47 89499 IA" !s A, 1-21.9(0 Freese and Nichols. Inc. Texas Registered Engineering Firm F-2144 slat '6Z uor Moa 3 File: N:\et\DRAWINGS\ST—WC—PL—FLUMEat. ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-FLUME01.dwg 'Last Saved: 1/21/2016 11:32 AM Saved By: dks N O v mm N 18" N 9'-84„ m 2 -1 MadO m 0 3'-114„ 1'-9" N 2 m / --•� • ° • o • • • • 1 ° I N a • a p I_ cn b • • A • JN cn � • a• ° co a1 JJJJ• • . p • N I I. 01. ? s N_ 1 0 •° i •° • • • rn n•p • aD. WAC ;IQ 0 N 11e O 9'-8?" m -I •` 0 2 c D .Z] 0 a) " m r 5'-g„ 3'-3" 2 O 8" 3'-114„ N • --•� • ° • o • • • • 1 ° I N a • a p I_ cn • • A • N I O I cn ••• a • I. 01. N o s N_ 1 0 •° • • rn n•p • aD. • " 0 m m r 0 =O N< 0` m pi xi [n- u+ O 0 =m 0 2 7, > m Z L -130 • Ln Cn 18" • • 1'-g" I. 318VM013 r 9'-84" •e • • Mqk nO) 20 D N -10 on 0 0 0 • 6 a 5'-g" • 4 N a rn • m O 7, R• 2 0 N m 0 m m r 1 7 • •, a • • • p. • • m 1'-8 O 4•14,41 CO • rrlft � A 20 •0 1113 NV1f1NVN0 c 38f110flaLS N31113 -L 3'-1 t4" 0 DNI1VaO aV8 'Wfl1V m 2 U1 0 c r - m 0 m to 0 Z VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L 0l 3 i 1031'021d A11 N 62 !o g� 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL PARSHALL FLUME SECTIONS CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services FREESE r-� NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fox - (361) 561-6501 PROJECT NO. f COR12313 �P1E OF \ Fkl �l Syr' �'•9f s. :'� !••AN SHE RAY TORNO ••% Cet.,I 89499 71,7: 10P::$ :CEN5.5.14 29-1a FreeseaE Nichols, Inc. Texas ReglsteredEngIneering Flan F-2144 12" 84" 8" 3'-114„ • ° • N o s • rn m• • n cn 2 * _. O N O• N • � • 0 m m r 0 =O N< 0` m pi xi [n- u+ O 0 =m 0 2 7, > m Z L -130 • Ln Cn 18" • • 1'-g" I. 318VM013 r 9'-84" •e • • Mqk nO) 20 D N -10 on 0 0 0 • 6 a 5'-g" • 4 N a rn • m O 7, R• 2 0 N m 0 m m r 1 7 • •, a • • • p. • • m 1'-8 O 4•14,41 CO • rrlft � A 20 •0 1113 NV1f1NVN0 c 38f110flaLS N31113 -L 3'-1 t4" 0 DNI1VaO aV8 'Wfl1V m 2 U1 0 c r - m 0 m to 0 Z VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L 0l 3 i 1031'021d A11 N 62 !o g� 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL PARSHALL FLUME SECTIONS CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services FREESE r-� NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fox - (361) 561-6501 PROJECT NO. f COR12313 �P1E OF \ Fkl �l Syr' �'•9f s. :'� !••AN SHE RAY TORNO ••% Cet.,I 89499 71,7: 10P::$ :CEN5.5.14 29-1a FreeseaE Nichols, Inc. Texas ReglsteredEngIneering Flan F-2144 rif File: N:\st\DRAWINGS\S7—WC—PL—PUMPOI.dwg ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-PUMP01.dwg 'Lost Saved: 1/27/2016 4:03 PM Saved By: bj 0 A 12„ f1'-3" 16'-0" 12" 5'-0" 12" 1'-6" 1'-6" 1'-6" 3'-6" 12" 12" 3'-0" 12" 3'-0" 12" 12" r 1 J _1 1 1 -2i L J L 16'-0" 12" 1'-6" 2'-0" 22'-0" 26'-3" 12" 5'-0" -2 12" 12" 2'-6" 2'-6" 12" 12" 14'-0" 2'-0" 12" 5'-0" 2" 24'-3" 2" VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LtOl3 / 133POid h113 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL RE—LIFT PUMP STATION PLAN CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 11 11 NICHOLS 800 N. Shoreline, Suite 1600N Carpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. i COR12313 tE OF rFit� .,1�le +: � •* +. +, '..h h../ � SNANE RAY TORNO % Y., 89499 i�I,,111,�A 44" Fre d Nichols, Ine. Texas Registered Engineering Firm F-7144 — cn N N N Ln i. W N 1 I O Ot I N 1 0 W_ o I I I -- I N I 0 Vir to to 3 I I I -0" V W 1 W 1 W 1'-2' 1 1'-0" 14'-0" 1'-0" Ca p w N O -A- 11 O I .___, I-- II N 11 -- re4-----I . O 11 II --II- O 11 II T 11 — _ N a)1 N N 12" 12" 14'-0" 2'-0" 12" 5'-0" 2" 24'-3" 2" VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LtOl3 / 133POid h113 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL RE—LIFT PUMP STATION PLAN CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 11 11 NICHOLS 800 N. Shoreline, Suite 1600N Carpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. i COR12313 tE OF rFit� .,1�le +: � •* +. +, '..h h../ � SNANE RAY TORNO % Y., 89499 i�I,,111,�A 44" Fre d Nichols, Ine. Texas Registered Engineering Firm F-7144 — cn ..ZS:OI — 9 LOZ '6Z uor Sft 0 1 ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-PUMP01.dwg 'Last Saved: 1/27/2016 4:03 PM Saved By: bj —4 (.4 0 rn I 0 e • • J 2_0" 14'-0e 1 • 2" 22'-0" Erlq 0 2< 0 > 0' P1® N 0 0 (.4 VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 / 1331O21d Alla A 0 - WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL RE—LIFT PUMP STATION SECTIONS NNW/ MOM IMF =Mg CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ICHOL r-1 NS 800 N. Shoreline, Suite 1600N Corpus Christi, Texos 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT N0. I C0R12313 SOF 4 JyAr'E�....• .flgs,� Irl *1. %SNANE RAY TORNO ••i #(4.' 89499. �Ig"F 4.,CENS'�O,•W mese and Nichols, Inc. Toros Registered Engineering Firm F-2144 wdfZ:Z — 9LOZ '6Z u°r 6M7'l OdWfld—id-7M—LS\59NNWNl)\Is\:N :aIL ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-PL-PUMP01.dwg 'Last Saved: 1/29/2016 10:55 AM Saved By: bj 0 II 1 0 LA N LA O in to in V in N Z < . W +- X NI N STIFFENER SIZE r 0zO Z D m r m ry ZmOOZ mx�NJ7 000rxi o1Q�3 v zo m'omam 73 to m 0 ((7) zz m0 0r > r < z Nrn N Z O 0 -0 0 mII Sm7 �0 Do 00 ZUI O:n x m - 4 r NJ N co D X co X 0 ol n m X I- rn 0 0 N0 0 in UI 1 2 ® Z 0-r m z ' (Li) a 0o Drn 20 m m Ar -i m 0 z m 2'-0" N • Dm 20 mm A -i rn 0 Z 7 12" 12'-O" — N (r R. D m N 0 O F N 00 x• P1m DO1 Z cl < mm cnO CO CO L (AS INDICATED ON THE DRAWINGS) --I mo zm rn 7U1 N (n mm Dr CO m 0 N 0 mm mz Z Z 00 m -o JZ qk O cn v RG 0 m m O 0 0 9 Dat x 0 rnm r- 0 0 m 0 z w iC Clot. 0? 0 x CD 0 r �® ® N N R- e • O 0009 n1-1 O m A (1) VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 i 103rcwd ALIS o E N o rri ti WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL RE—LIFT PUMP STATION SECTIONS CITY OF CORPUS CHRISTI _ = TEXAS Deportment of Engineering Services 11 &NICFEIOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 1E ............. it :* ' *l? .•• SHANE RAY T0RN01•% ti89499 �: ,�I •�,CENSEO,41' /-2/—lte. Freese and 910401,, Inc. Taxon Registered Engineering Firm F-2144 z J — 0 m -rr djll Ill 0 0 A L nsk. 1 '`' n ' 6' 2'-6" 9'-O" x Zln 0 mo x N ,.e 5'-0„ 7,-0„cn D 1-R7n co J m 1•f I •g f 11 J l Je .., 1 \ e. • 1•. fl C''I ,�...IAr♦,1 #4 BARS EACH WA) #4 DOWEI ® TOP B. Ln 1' •• 4'-74" 421 - < m N 5 6'-41" 12„ .Ie\ 'v'J. 11 m o�(n R° i O 'O Z7 `-� N 12" BOTTOM 32"r O.C. CO 7 O 12" N tT ® T $ r. 0m nto n 0 N D m n • D CD x N >0 ?N n m m 87 m 12'_0" S.S. i" CHECKERED R Alk ®® VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 i 103rcwd ALIS o E N o rri ti WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL RE—LIFT PUMP STATION SECTIONS CITY OF CORPUS CHRISTI _ = TEXAS Deportment of Engineering Services 11 &NICFEIOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 1E ............. it :* ' *l? .•• SHANE RAY T0RN01•% ti89499 �: ,�I •�,CENSEO,41' /-2/—lte. Freese and 910401,, Inc. Taxon Registered Engineering Firm F-2144 z J — 0 �+ofSOl — 910Z '6Z File: N:\et\DRAWINGS\ST—WC—DT—EODIP ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-DT-EOUIPMENT01.dwg 'Last Saved: 10/8/2015 1:34 PM Saved By: bj F I• 0 P1 z 0 z 0 O z m n ---1 O z 2'-0" 2'-10 co. AM N V 01 N N 01 i 0, O }N to O O AM V at N N 12" 4'-0" 39'-1" 12" 5'-O" 27'-44" 6'-843" r 2' TA"1 12" 8,-121„ 12' 7.-71"12" r 23'-0" 5'-O" r L J r L 1 2" 10'-0" 12" 10'-0" 12' 1 4 f 1 —r u r tn Ea. m EO r 7 L J 4'-0" 2' 10'-2" u) m in rs 12 4'-0" 12' 9'-10" 4'-0" 12' 5'-1" 12' 12'-2" 5'-0" 14'-10" 43'-1" ` N • N N N 01 N VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L 013 A1I3 rri co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL EQUIPMENT PAD FOUNDATION PLAN AND DETAILS lialer CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services •1 FREESE ' NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 :7;1 of rF11 *'* • #ISI .•SHANE RAY TORNO'�% eV 89499 7: ,/IVICE ,t�1��ONAL E4" Frw eend Nichols, n3'./(0 Texne Registered Engineering Firm F-2144 1uo£S:01 — 910Z '6Z uor 15\50N!Mtli10\76\ N oI!A s. ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-DT-RAIL01.dwg 'Last Saved: 10/8/2015 2:28 PM Saved By: bj (1)V) DO -_0 -0M CO0- c�c oZm ?1 �T mm jm nF N '1O - 0N V1 DO o >m -< 1D/1 0 -0 (, m mm n -1F 0- mZ ON 2'-10" u. I 0 :I1 71 V1� L.. m DSD o v1 0 m m(D/1 m0D Z 0 0 DT. m D V1 CO 0 0 0 M0>Z m>CC O mmmoOm n1 rCr> =oC) �O z=CPCf; • 2 Z-0 *0 7:1D 0 Boz z m -o'0z vzo a oo- Dz o c_ 2-1 rm m� c U O 0 0 c z 0`? CO m M '12 0 O M a 0 D 2 z-. 0 Orn AIN N v z z mEOP• m0G)DD0Ompmm z<� mN nmrx'N1m0Dr-<05mO0mDzN -�0T- 023�xWN ., _7. 73 m_ 0 00pZZOm-ID m r- y�mL 0 XI r V V7 Z DDZV1p mo >0OC FaO- i102:3n v�c0 'D X O Oc xi M M 0 D X - a ▪ xW 0pmc 0 =0 n -0p - I m Vt PP1� *-1K D Z)z =NZ 2 c.7) r-7.1 C�NO N 70 N> rit) m D 0 m A3 0 m in a° A m 1 00 3SV8 1SOd 8\1310 2xiz mm -4 Dm mpor z Z • >- o 07 0 Z O N DD tA LCO r'r 0m o m —t D D 0 I- 0 z > r O m 031.3103dS SV 08V08 3'-6" 1'-2" 1'-2"11-2" y41 1 310N 33S 3'-6" EQ EQ EQ CNO 00tgMI 0:0 P1 P 0 P1 m nX -o 0 3'-6" EQ EQ EQ :1 D 2 0 EQ EQ EQ 3'-6" O101108) ON3 2JIV1S 1VOIdA1 jc D r 2 0 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 / 1331'021d .(L13 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL HANDRAIL DETAILS CITY OF CORPUS CHRISTI E TEXAS Department of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi. Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 ZE of% tF4 t :�iS••• ':gstl� :*.' lir*, j h h:% SHANE RAY TORNO #4,; 89499 ": •IIS/ONAL.� E, 1lgq 4. Z1- tip Freese and Nichols, Inc. Tums Registered Engineering Firm F-2144 1.e69:01 — 910Z '6Z File: N:\s1\DRAWINGS\ST—WC—DT—CONCO1.d ACAD Rel: 19.0s (LMS Tech) Filename: N:\st\DRAWINGS\ST-WC-DT-CONC01.dwg 'Last Saved: 1/21/2016 11:37 AM Saved By: dks m> -1>g m Z N c z - (-1,0,-;mos 01 n N 2 00mmAIk'mp oz">0 O 0 1 -<o4Z2E0 D =m Z > O - N `z m mo 00 m 31YOS 01 LON :31VOS 1N31^1302103N138 N01103a131N1 213Ne100 m mm m I- v -o m z030 Om >M O0 0D 1 ^ r 2 c m m ? �1�1c 0 3 0 D :0 Z O c0 N 3 rmm 0 z 0 z � UDS 0 0 2320 -0 Z7 zx m Z -,22x f Z N00H .06 '01S 2o —t 1m > O Z SMO 0R 0 z w030 ma > (il 0 M 2 000Dmm0 >011 DOP1 Mm2 mm2 U1 mm mm0000 *m*z>mj 1 Z1 0 'cam> zz2 9000 oo z zmx002 v0Z02mo mm llOimz v m m m Z D Z1 1 Ut D 1v020 0 -o 0 2 O Z 0 O D`t - v D F - mm mrm U1m11> 2 r - mm o>01 m0 Nzw 0 0 00 D O z T317. z 0 m m v0 0 NOON .06 '01S VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 0 m D m T 010 cam:v Z m * DD r r-� • • • m Z* m 0 < • 0 > C1 r O o:0 z rrr ."CI D Vt • • b6. 2'-6" p co 0- m rn ZOO `t Z30 Om 0• U m m m c m rn 2 2 PZ1 D O 1 v Z M00 o m m Z m. O m z0 O D 4- D r 1 LA ° ° 8 ° A L. 6Ca ° o111. 8 e 1 LA e ° e� D r BV1S 210 T1VM JO SS3NN0IHl=1 Sl1VM NI 1V011213A S9V1S NI 1V1NOZ1210H d01S831VM 0/M lV3IdA1 d01S831VM/M 1VOIdAI d01SN31VM 0/M 1V31dAl d01S831VM/M lVOIdkl X > rn 0 2 Z 00 0 'L1 "O 0 0 X 2 D 0 T/3 T/3 .1 mm 0m mm x -D r m T/2 ( T/2 ° ° o m -4< .Zl o ° 0 > z m ° •° ° r m xmmm cn 0 z D Z -1 t n —1Dm Pr nem Z m Z - Z 0 O J2 ` m 0 n O^0 • z 0 C) ✓ - 3 ° m= N -7, r'*-- mD m0 T/3 m *T 23 X mo ° 0m 8 300 !-- y 0 m m> Z0 :11 2TO 0 m o rn Z -0 1 < 0 mo - 27 < -- !i O D 0 z 1 v m m e 0O 0 20 <00 MMM, P1 m MMMD 022r - Z 00p n =00X *00 010 r m m40m 3 0 A D 1 m 1p V Ol (P 4. i N !-c?3 Dt7�DWODZVU1D39m�_ 0WW0r000 m,m01.,0,3 m2„,IZD-z�f,mUl -o z3(mi1{1(n*_(OO�1Nrc fl wozRF_O 2Zr1 -0 D201,2jD0,=0AmW30 .Z0)2-0pz 10 nr mr z�7Zr2 m02m mZZ m_ m zn mmD momno, m0> 0. >0 (.+6 OZroZzOrOm <''a 2 -OO? m�iZ0(D4m Omm O fPTID 20 !iiiN la (*j10�A zo OGZ7 �m _�(��� A o00_ OZ Sri O D z 2m m mZZZ 01 O > j D `m O1 mmD0 rm r mo w> mm Ulp ijmDOC?D �OaZ-1 mt>P1 F4m 0, 00 Zc mO�P�iD AZT '0 ml Frl 0�J -C��Zr m nm0 n ^ Z O 0 71.0v o c ,0-,1=,Z/L-1 :31VDS 0 (/1 in MI c D D �Z m� 0c Z Z 0 XI ONIN3d0 21V1f102U0 .LV REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1. 0 l3 / Alli rM WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL CONCRETE DETAILS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services VFREESE IMNICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT IVO. / C0R12313 Freese ond Mahals, Inc. T..ae Registered Engineering Firm F-2144 1 W e ° n a =1 1 W ° o111. e w ° BV1S 210 T1VM JO SS3NN0IHl=1 Sl1VM NI 1V011213A S9V1S NI 1V1NOZ1210H d01S831VM 0/M lV3IdA1 d01S831VM/M 1VOIdAI d01SN31VM 0/M 1V31dAl d01S831VM/M lVOIdkl X > rn 0 2 Z 00 0 'L1 "O 0 0 X 2 D 0 T/3 T/3 .1 mm 0m mm x -D r m T/2 ( T/2 ° ° o m -4< .Zl o ° 0 > z m ° •° ° r m xmmm cn 0 z D Z -1 t n —1Dm Pr nem Z m Z - Z 0 O J2 ` m 0 n O^0 • z 0 C) ✓ - 3 ° m= N -7, r'*-- mD m0 T/3 m *T 23 X mo ° 0m 8 300 !-- y 0 m m> Z0 :11 2TO 0 m o rn Z -0 1 < 0 mo - 27 < -- !i O D 0 z 1 v m m e 0O 0 20 <00 MMM, P1 m MMMD 022r - Z 00p n =00X *00 010 r m m40m 3 0 A D 1 m 1p V Ol (P 4. i N !-c?3 Dt7�DWODZVU1D39m�_ 0WW0r000 m,m01.,0,3 m2„,IZD-z�f,mUl -o z3(mi1{1(n*_(OO�1Nrc fl wozRF_O 2Zr1 -0 D201,2jD0,=0AmW30 .Z0)2-0pz 10 nr mr z�7Zr2 m02m mZZ m_ m zn mmD momno, m0> 0. >0 (.+6 OZroZzOrOm <''a 2 -OO? m�iZ0(D4m Omm O fPTID 20 !iiiN la (*j10�A zo OGZ7 �m _�(��� A o00_ OZ Sri O D z 2m m mZZZ 01 O > j D `m O1 mmD0 rm r mo w> mm Ulp ijmDOC?D �OaZ-1 mt>P1 F4m 0, 00 Zc mO�P�iD AZT '0 ml Frl 0�J -C��Zr m nm0 n ^ Z O 0 71.0v o c ,0-,1=,Z/L-1 :31VDS 0 (/1 in MI c D D �Z m� 0c Z Z 0 XI ONIN3d0 21V1f102U0 .LV REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1. 0 l3 / Alli rM WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE STRUCTURAL CONCRETE DETAILS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services VFREESE IMNICHOLS 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT IVO. / C0R12313 Freese ond Mahals, Inc. T..ae Registered Engineering Firm F-2144 P o ,o,oa I9.v1,2OIa 3,28 42 PM, DWG To Po r� u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E1.dwg Last Saved: 2/1/2016 1:35 PM Saved By: jmartinez z Kawm II II II II .=.A� N I m r r-ODf O 20�rr,'I :rb �f A„ mmn 9 x II ! rm' m G C �^ 69- 69• "� - f 1. A N,,,, pa \n _, N. V VV <> <m I7 O O O D DS im Fi (/� W 2 n m — x m N^Zn N^Q AXP �o_ '"m ti mmx mwm-om mO y n N �4 n GCJ .m F m mm y g m m /j/ �( �G �o( i�C wm n m 8s -m o mom eDA O n o; �mn O n yC N Z m p A exOx a6 m. y m~ mC R. C y N m .L GJTi* • o. m m z m ////TTTTI G- GENERATOR LIGHTING n81 fT j I L \ cn N` O O T oI o�co ii' Z yy T y >> 2'- 6 1 S 11n mn ('J ms A O O> m_ AODn m p Z m N 2 Z ZZZpZ N n 'nm \C A SN p�*1 v N 20 O p y AA+ 1 z r vr99 y o Nrr. rrim DSn N = 2 /I\ co 9 < O D N N cfi O Z ONELINE t fONA< Z�m II II44! sm I 2 Z CCA C'' rD 0= m A o a D us O p A z Z Z AO n y N Z m Z rd A X -XX NEMA 5-20R 125V, 20A DUPLEX RECEPTACLE WITH PANEL & CKT / x-xx cNEMA 5-20R 125V, 20A GROUND FAULT Wpb'` INTERRUPTING DUPLEX RECEPTACLE IN GFl WEATHERPROOF HOUSING Q 250V, 300 RECEPTACLE 125/250V, 30A RECEPTACLE TELEPHONE JACK (UNLESS OTHERWISE SHOWN ON DRAWINGS) RECEPTACLE 1��TI I D O 0 M '� C =O xo 0 nm 1,C�� 03� JnCn OOM Z r 9 Fl, '-M v C Z Z < m V•I 4 W(NiI ZOC 47DA� E Ai III <� m .m. NA � !1'11 O nN� N Bm v i Pr 1,C1,�� n1,C1�� (S'> O(5'� n D m 9 !�, � 1 o v m0 Z A; Z m Z o O O A A l+Z1B� nZ = Al + G IF n m C 0 CS CCA S SS >>'-.d y A ]E �o�< n 00m0 ��; 00 0 r,-,. >> NNrn A A Z COy nam Cpm 5g- D OOpHS nzmo O GjANOG 1z• IIz—� Om 0�S gsi C ?� Z0 OC x T11) d? O On �Q yy44 1 F 2"JKCDJ m0 C� �At/1 A�Z ij �OrrA„ 0 yrD2 <.0 R 1 - O S I*y1 NpsA z m 1 ng o 259 1 I D A G rn I cLi ^m Dp ADO OO>_ 4. Dyy m i O C NF 6z N �� O ap Z oC " F�1I II+�11 S ///Iq /Q 1,°-,°-)'icic-1,XI I 1 L; �= mou �� N Em m E. TT f z 2m �� �- A C➢ CI or, G)m pN pC 0~ mo mo2. • ij ZA m m 8 0o t/12 y2 n m 2 2 m A n m O� i p� O Z mm y O ro Q m z z z z (I ‹Hti m no-, no -1 mom O , Dti 81 7',, ZOm Sum 4>4D ? .. 200 ynf0,1 0G0 {pJ. m OV All '� .. m 9 m N K 0 ,c Z O K m_..4 m r6nZm 16+1mA am ZLA -m pmx. M-c�C.�1Zm 1.AIp �Iv opmP m CA^ O?n Ozn l�1n DSn 3.--cm-cm m A Zz0 .,. AO Dy0 p6 N CJ OAm OG_Aia mn Zms Zm m m�2 ZOZ m2 �(�' C m? p 0? A A �5�my„ y �a �Aa on m Z p Z Z K Z K Nr Z➢ O~ n O rn O titi ig 00 S mA -c m 1 SOA z�X m SCHEMATIC DETAIL CALLOUT Q SECTION OR DETAIL IDENTIFICATION LETTER FOR SECTION NUMBER FOR DETAIL ©© NUMBER OF SHEET ON WHICH CONDITION IS DRAWN NUMBER OF SHEET ON WHICH CONDITION EXISTS DIRECTION IN WHICH SECTION IS TAKEN CONSTRUCTION NOTE CALLOUT GENERAL SYMBOLS 7 _ pn= AOm -n0 ova m.C_ym py MMC om. OKcz -1 zOO Z A O cCi A � PA D om 2p On p A g- 4 _4I ® o® O�2 00 ON D Tz > z< �<� h pn6 N s ;ZW ;n BO n oN .,Sy Z SS O MO 2 O ZOm On < 6 2 y2� B S e z m IN,Im �mZN Z O . O � y m A z x O 1 0 m CO N 00®O II C z0 O o vo Fi IDz �� 0 X n O y 12Cy�1 O �+ ^'� cN' " A B ZT Tn � A 2 C ; m A N m Z z O i vyf y -1 10� S In" 0 ®oa ��U -213 Z C g m N A re P z m Sy b o no I�1 FI n� GJ O n D� C . D 0 p W m -u�„ n0 'r'r^ O Z Z , A z a 1 I I I I m * 1 o mm I 1 1 1 i C n G7 2 O 2 2 ZO Q S2 S2 o O 8 8o s s v v cziz�czi czi A A O A p 2 p 0 CC1 C .Zml m�Z C Z Z O 0 O = yO O1'��1�� C Z SC 1�, A m C rd. O g m G C�S n 8 0 4v G 5 m F1 nny 1"/j n A BFI R n O Z a 5W [[�� O a F a O S 1 L g � C 2 2 v S Z o_o ►_� A '� F X 00 O of y�y m0 y O (/� 0 O (?A (/A� y ~ A 2 D 1. THIS IS A STANDARD ELECTRICAL SYMBOLS SHEET. ILLUSTRATION OF SYMBOL DOES NOT IMPLY ALL SYMBOLS HAVE BEEN USED ON THIS PROJECT. 2. EMPTY CONDUITS SHALL BE PROVIDED WITH PULL STRING AND BE CAPPED OR PLUGGED. 3. LIGHTING & RECEPTACLE CIRCUIT CONDUITS & CONDUCTORS ARE NOT SHOWN ON DRAWINGS. CONTRACTOR TO PROVIDE AND INSTALL UGHTING & RECEPTACLE CONDUITS AND CONDUCTORS REQUIRED TO OPERATE CIRCUITS. N W N _y. 5, W J OI Z NO 3mom 6 mm ZIS'1 �� O Q 6 aAzmm moio m On Am �nS i O O m m O O m 6 2 2 0 m ` < '''''---6 N- n n A S -1 A Z O F call D >>Z O A DCm Zm0 O m n n mZ .0m mc - m.mA � ZZn SS 0, l+, Mo E Z 2 0 0 D z z S 0 y >O n Ow 2 m m 6 00_, y Tn - 0 0 02 Z ;mO 4c, m6�� y Z Zm 1+012 �m]N8 4Z ZPLSo AA A �O�m OOm Orgy yM KmZ�A A d A yNN SAwm S €O yNy I+6i�11 �PONN Z� OAy N��y >><y0 (}nN N O inti reE O NX SE P Gm m p 0 N 6 A A O Z OZ S m. O y 2 m m Nan m 0. 0 oA z O A A li Z m ti n F i/NN�lm+1" m,N 1 . mm NoSA O so NDN S1 v 2 v0D f , ZpN In�ln >Z ZDm .'Om �O s I�+F F 90 -1,,m2 .Tl AM mo a mm mw Jnr, oC m G)m<m.ZZ0 [a� m �'*v Om ZV1N>3>FA.N0 al, Og gN 1��I ✓m ATZ SVVVyNIA,=, S 5o M Z A 2 DF yI+W-Imo NZ N F"j y -DO OKA I+2I�11 y� O emp �LZ'JpD n n N O+1 �2 mm0 Im.I O CCA �C Vl 0ym 2 n Z �I~ CSyom '� OC KZ z 00z00 Ni/�1pn 0 m3 .Zml ChCo re 0D PFyNZ m I6n AIS -e6 Z ~nn yLm A m f On ZA DZS DJ +�>�4 AS o= Am y2 FI 0.Z0]] ��C`1j yZ ;OOjC A Z 0 �zy�y ®��o �Z y�y �zZ yn y CA O (D'J SAO <22 m O Z 6 N �R �N nZ mN6A �l21 Cm o n Z PAN Cf2f+Io X aa v N 2 D ?yG c9�,ON=l001!5��]]]] y oa..*Om O n Nm A D 0 C O 2 6 I,1 -I�ti N`•m! O� n OA �yy >O Nmt2A2 C nZC Z AO Z Om A am 6 000,pAr9 .F P 54? V' n AZ O NN mo �'I m ZO G m m - o Oy A-�1 A =O A DQI+ZIN�IOE Z; O o0m ny0 ZZDZ N Fj ~� A 6fJ DD �A zm G FS ASD � pZZDx O Zrri mg pGS A� O Z moot 0 Z O O~ s_ $i- - mr0n o D oa m n ,-riSI'rm z z m m P �� " s $ `t� � ; vim 9. 0 F m pp $ z N I+I 16�I x 0 A Z m `'' N ? (.i S2Zo Cy 3mm om m 0A p zm A ?ASm»Pcm.= CD'�O gN Oo n m O n 2 6A O N ZE6SA ZED n m 1 zA ;yMyE X Z 0 2 *nOn r Fu CWOC 21+1 m �O N O N� o D N~ D OXO m 22>y, ZS A `...mo Ip �.Zpl ZN f g B G 'O,-iAZ Z pm , j8 zp �� z z z Ao Q 45czimmuko `pM-Io gA o9m o m g A om O �N�� oam < om 2mm GENERAL NOTES VERIFY SCALE 0 1 Bar Is one Inch on original drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT E10179 I z �z 0 Z WQ W < z WQ Lj cL p c I— 0 J W J I-1-1 I- QC (/)O> 0 < (I) W O L> J U W SHEET 45 of 89 RECORD DRAWING NO. STS- 21 1 n ffL = CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT of Capital Programs FREESE �7 NICI�OLS R a r a� V t.1 °°°,„.„ olo 5t9e o0 ° .. C JOSE B. MARTINEZ JR 0 %,-;;%�/cENso,.,�.°°ao -=_/1,8°,. ---,ION 1 * / 02/01/ 6 DRAWING SHEET NO. El Department 'ENGINEERING' TEXAS nRM REGISTRATION N0. F-829 5858 S. STAPLES, SURE 110 CORP U36 CHRISTI, 228,78411 o.o ,o,08E2 .v„.,a 3,28:51 PM DWG To Po u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E2.dwg Last Saved: 2/1/2016 1:38 PM Saved By: jmartinez Z® S31VOS JIHdV IO O co O O O 7, 7, 5,4 p? �ccc o?Fo� ov M-'3 o�ooArrn m�yZmO ;Z ; pA y OAA '14 >� GI .m-- o IFN ,=== O~ '2:2:5; T. Zm O.ZI N O ; m-IZ N; C, 2 A m f oAcczggs agQ�o< mB AO l'''Q mONT. ZXOxm �c8m,N63p , zez O A to Nyxy 07 NO o O O Z >MA/80 O O y Z > D r mo m n AO O m N m m 0 '9 Z m r o N P A O Z mQ OO O Z Z O r O g ,74w p0 K o 45g!5 A A O m Z +� N N O 0 0 O �O moan R vgANy wog POS o C pm yy. o HON rto 44 Sm N O DA S310N TM]N30 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L LO L3 # 1031'08d ALIO 'ON co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL SITE PLAN DEMOLITION CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 1InESE NICHOLS Rath IENGINEERINGI TEXAS 8RM REGISIRA110N N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISTI, TX. 76411 (361) 992-2284 o.o,o,083o.2/1.18:8: PM DWG To PD u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E3.dwg Last Saved: 2/1/2016 1:38 PM Saved By: jmartinez S31VOS 3IHdV O 000 000 Q m ig *P 5C F 2E co F- e X== °Fm TRACE OUT EXHAUST FAN CIRCUIT. NEW STARTER TO BE INSTALLED. 00 og R`� C O 0 O O 0 REMOVE UFT PUMP CONTROL PANEL AND ALL ASSOCIATED CONDUIT. 00 O S310N NOIl3f dISNO3 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L LO L3 # 1031'08d ALIO CO n 2 I \I NJ 'ON co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL LIFT STATION DEMOLITION SHEET 1 OF 2 CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs rNM NICHOLS Rech IENGINEERINGI TEXAS 8RM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISI6 TX. 76411 (361) 992-2284 Fn 0 o,2o ,o,508E4 2/114018 PIA, DWG PD ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E4.dwg Last Saved: 2/1/2016 1:37 PM Saved By: jmartinez O O 0 Z 4 e0 TRACE OUT EXISTING BAR SCREEN UNIT POWER AND CONTROLS AND TAG FOR RECONNECTION. 990 n Z rn O 0 rnVIM 03rn ®®eos REMOVE METER RACK AND PULLBOX. FEEDER TO EXISTING MAINTENANCE BUILDING TO BE SPLICED IN SPLICE BO REMOVE FEEDER FROM TRANSFORMER. Z � C o A 0 CO A 0 COrn CONVEYOR POWER AND CONTROLS AND TAG FOR n D Z m O = O c N O r 9 y D C 0 O CO 0 rcl Z - 0 D vC NZ — D � m M N Z A 0 D M O O 0® o Z rn Z O Z K 4 f z03 rn rn O A TRACE OUT FEEDERS IN SWITCHBOARD TO REMAIN AND TAG FOR RECONNECTION. c=1 1? S31ON NOI11lOIN34 vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L 01.3 # 103rOdd A110 Cf") N 'ON ONIM U UO321021 68 10 gt, 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL LIFT STATION DEMOLITION SHEET 2 OF 2 CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs r 1 NICHOLS Rupch IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 cn m� -. 0 o.o ,o, 08 .2/1.18 1:09 DWG To Po ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E5.dwg Last Saved: 2/1/2016 1:37 PM Saved By: jmartinez �-1 n 1.421111 17 CD S31VOS 01HdVbO 0 0 S310N N011110W34 wpm scALE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LLOL3#103rOdd A110 Cf") N 'ON ONIAMO 0800321 68 10 617 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTIRCAL EXISTING UV UNIT AND GENERATOR DEMOLITION CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs r 1 NICHOLS Rath IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 ca co m� 0 P,2508. 508E8. .2/1.018 3,20:24. DWO Po u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E6.dwg Last Saved: 2/1/2016 3:27 PM Saved By: jmartinez II 0 0 O co O O 0 ■ I e9I1Te mi', IIF I IILLI�L IWf F ''(BRI mrammtuori �o �D 08 S31V3S 3IHd` e1J 7, VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 6L LO L3 # 1031'08d ALIO 'ON co REVISION NO. DATE BY WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL SITE PLAN NEW DESCRIPTION CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs .410.40.400. REVISION NO. DATE BY 1InESE NICHOLS Rauh IENGINEERINGI TEXAS 6RM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRIS11, TX. 76411 (361) 992-2284 SEE SHEET 67 FOR CONDUIT SCHEDULE. DESCRIPTION S31ON 1Vb3N30 m� 0 o,2o,o,087o.2/1.018:8PM, DWG To Po u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E7.dwg Last Saved: 2/1/2016 1:36 PM Saved By: jmartinez 0 m zDz n = m O�>cn m O Cmc 0 m0 � Z 0,0 9 L ,Z L ,9 ,b ,Z 0 STIVOS 01H0 12:10 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 6L LO L3 # 1031'08d ALIO 'ON REVISION NO. DATE BY WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL NEW ECR BUILDING AREA PLAN DESCRIPTION CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs REVISION NO. DATE BY a 00 O 0 0 a. C O O m 0 S C Z '� O Z m ("J A g A P 2 O N �y LO 0 yT mZ rn v0 Oti ril z rn A Dm .'9M AF N r_ O.'7' OA A 1 NICHOLS R�ILh IENGINEERINGI TEXAS 6RM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRIS11, TX. 76411 (361) 992-2284 DESCRIPTION S310N 1Vd3N3O 1,25MOramOlgoT508C8dooM12018330,02MMOIOMFo3 11 ACAD Rel: 19.0s (LMS Tech) Filename: P: \ 2506 \ Drawings\2506E8.dwg Last Saved: 2/1/2016 1:36 PM Saved By: jmartinez 0 0 NJ 0 STIVOS 01H012:10 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 6L LO L3 # 1031'08d AO CO NJ 'ON ONIMV2I0 080038 62 J° g 133HS REVISION NO. DATE c - _J UG 10 P1 IP EE 71 r -r, cn= BY rn 10 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL LIFT STATION NEW WORK DESCRIPTION MP 1 •Noft000loroo CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 023 ® 0 00 0000 0 ®00 REVISION NO. DATE ROUTE CONDUIT UNDERNEATH EXISTING CONCRETE STAIRS. BY ain FREESE NICHOLS 111 nth .._1110111.11LIN IENGINEERINGI TEXAS 6RM REGISTRATION NO. F-829 5656 S. STAPLES, SUITE 110 CORPUS 0661611, TX. 78411 (361) 992-2284 CONDUCTORS TO REFEED BAR SCREEN DESCRIPTION 1111 91,111SIX3 01 ON1011O8 ROT NUN S3ION NolionasNoa o,20,13,08E9. 2/1.18 0:21 PIA,DWG Po ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E9.dwg Last Saved: 2/1/2016 1:35 PM Saved By: jmartinez 0 a S31VOS OIHd`t lO 0 C7 O z 0 -10 —1 7 O O 7J VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 6L LO L3 # 1031'08d ALIO Cf) N 'ON ONIMV210 080038 68 JO cg 133HS 0 REVISION NO. o r z u —1 DATE Ilo 111111111.101milir beim. BY WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL BAR SCREEN AREA PLAN DESCRIPTION CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs III ___ REVISION NO. & CONDUCTORS TO REFEED BAR SCREEN DATE BY 1InESE NICHOLS R�ILh IENG1NEERINGI TEXAS 6RM REGISIRA110N N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISTI, TX. 76411 (361) 992-2284 S3ION NOI10r1 JSN00 DESCRIPTION REFEED EXISTING EQUIPMENT. CONFIRM PROPER ROTATION AND OPERATION. S310N 1Vd N3O co CO 0 PMPOMPrawings,2501.10,Pwg, 21/2010 3,30:26 PM, DWG, POP.p. 11 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E10.dwg Last Saved: 1/28/2016 7:43 PM Saved By: jmartinez 0 STIVOS OlHdVIO VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 6L LO L3 # 1031'08d AO Cf) F -- NJ 'ON ONIAMO 080038 cr) CJ1 0 00 CO REVISION NO. • BLOWER NO. 1 P LA a DATE BY WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL BLOWER BUILDING NO. 2 0 DESCRIPTION •••••••••••• CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs REVISION NO. DATE BY rIn FREESE imi'NICHOLS Plinth lulus IENGINEERING1 TEXAS 6658 REGISTRATION NO. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHR1S11, TX. 78411 (361) 992-2284 DESCRIPTION SMON NouaneusNoo il [in KT e U a El 562 I - 56 E 1 i : N _ i 6 5 5 8 i .1 1 Ali 0 DESCRIPTION •••••••••••• CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs REVISION NO. DATE BY rIn FREESE imi'NICHOLS Plinth lulus IENGINEERING1 TEXAS 6658 REGISTRATION NO. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHR1S11, TX. 78411 (361) 992-2284 DESCRIPTION SMON NouaneusNoo o22o ,o,oa „ , ,1, 016 3,90242PM.OWG Po ,,, ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E11.dwg Last Saved: 2/1/2016 3:17 PM Saved By: jmartinez 0 Z m 0 0 Z Z r 0 2 Z 0 ,9l ,Zl ,9 ,4 ,1 0 r S31` OS OIHdb210 L O mz 0 woos aIV HOJ BUMS a010V1 00 INSTALL LIGHTS ALONG HORIZONTAL STRUCTURE SUPPORTS. NOLLOME SNO3 z 0 N 7 S310N 1`d2j3N3O „0—,l=„4/l : IVOS c Ntfld el3MOd lINfl NO11033NISIG a O c n 4,194 n ❑ ❑ H m C L m n 0 u 2 O ❑ -a 52 • • • 0, --4 m O O .11 8�6 w D_ O P1 o c ❑ ❑ o • • IX 1 I I VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L LO L3 # 1031'08d ALIO rnY N 'ON co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTIRCAL UNIT UV NEW WORK CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs rEM NICHOLS R�ILh 1 E N G 1 N E E R I N G 1 TEXAS 6RM REGISIRA110N N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISTI, TX. 76411 (361) 992-2284 0 rn IENG1NEERINGI PM50610/ 508E12 /2016 PM, DWG 1-0 POE/ma 0 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E12.dwg Last Saved: 2/1/2016 1:43 PM Saved By: jmartinez „0—, L =„Z/ .3 Vos �Ib134 ONIlN(lOW 1JNVd 1011N00 ?13113 O S31VOS 3IHdb210 MOUNT NEW 480V PANEL ON SUPPORT RACK. o4 0 rn 0,0 s 0 0 8 S3LON NOILOf ISNOO 00000 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE DESCRIPTION REVISION NO. DATE DESCRIPTION Cf) N O 'ON ONIMV0 080038 0, co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL FILTERS CITY OF OiCORPUS CHRISTI TEXAS ,L WASTEWATER DEPARTMENT Department of Capital Programs 1InESE NICHOLS Rauh TEXAS 6RM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRIS11, TX. 76411 (361) 992-2284 0 N o v o,o,508E1 ./1nom :,29PM, DWG PD.P. ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E13.dwg Last Saved: 2/1/2016 2:23 PM Saved By: jmartinez S31VOS OIHOMO n 0 0(n D m 3. --: ©OS INSTALL FLOAT SWITCHES AND CONNECT TO PUMP CONTROL CIRCUIT. ROUTE PUMP MOTOR FEEDERS TO PUMPS TO PUMP CONTROL PANEL. S310N NOI1Of12llSN00 wpm SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L L 0 l3 # 103fOdd ALIO Cf") N 'ON ONIAVO UO3NO21 69 1° Z9 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL RE—LIFT PUMP STATION CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs VIl.NREHOES Rath IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 ca Wo r� ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E14.dwg Last Saved: 2/1/2016 1:42 PM Saved By: jmartinez tee- mut m A Z �Dz 000 • n o rn JJ C z iA, ij:fljdJ A cm mg§ A�N Amov "ga - C o 0 t mmg m r..,= m� 6An n o�� I D A • <6 J i � C 0•1 I_ ) C I_ G J _ 1 A a3rvaOJSM�a1 11 3 C —a omcnD D A 3 0 0 0 000 00 C O z5 o c z� o�n rnw N m 22 O w F nm Z o 0 5 ao tin S -O$ oz_ N 3afllfld 80J 31Vld )INtll8 HIIM S310N NOIi3f1211SN00 G D 20 2 m sT 0 ro O O 0 22 F S310N 1VI3N30 rn Ll I mut �Dz C , rn JJ C , C OA I C t C I i � C I_ C I_ G 1 A LIFT PUMP CONTROL PANEL � C C � 000 4 C 00 go 9 D o mo 1111 n0 vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 01.3 # 103rOdd A110 Cf") N 'ON ONIM 3 UO321021 6g 1° 8g 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ECR BUILDING DETAILS CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 1 NICHOLS Ru,�h IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 ca co mq -P.o ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E15.dwg Last Saved: 2/1/2016 1:41 PM Saved By: jmartinez 0 N A N w am m • cD G (Z "ON ONI011f19 213M019) Z-OOW m A D 1d3 A9 3Nn HO VM tn. 0 I - m 0 0 S a�o0 N � (ONI D Z A r O m A 6i m PANEL SB (BLOWER BUILDING NO. 1) 00 O g mga oD m 8.m m zNrn yoo �S LI) ==x Arn Oy N Oy 5� o� �� 0 0 a m 0 iO Z O � c uiornmnyc AZog <c o2 DO Dg c r - A A O :6:: O ; O O O < Do 2 N 0r n A ZO y m O O A r K =91: m, D. Z ▪ A as' O Z O ▪ O A N Z N Z > O ZO O • O O ral PI PI Ay O0 A M A a as O Z O om 0 m AD m 00 0 O 0 O -Ts as z O MZ A O REMOVE EXISTING ELECTRICAL FEEDER TO EXISTING UV UNIT. MARK BREAKER AS SPARE. 0 ti A r O F 0 S310N NOI10(1I1SNO3 vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LLOL3#103rOdd A110 Cf") N 'ON ONIAMO 0800321 68 1° 6g 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ONE LINE DIAGRAM (DEMOLITION) CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 1 NICHOLS Rath IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 n rn En oz PM50610/ 508E1 /2016 PM, DWG 1-0 POP.263 u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E16.dwg Last Saved: 2/1/2016 2:24 PM Saved By: jmartinez EXISTING FEEDER NO EXISTING FEEDER N y 4C} m C N P�m 1d3 A 3Nr1 HO YM YZl S310N NOILOfl J1SN00 VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L LO L3 # 1031'08d ALIO CO 2 t o N g o co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ONE LINE DIAGRAM (NEW) CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs C rIn NICHOLS Rath IENGINEERINGI 16682 FIRM REGISIRA110N N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISTI, TX. 76411 (361) 992-2284 P V5060155515 506E17 )1 201 7 PM DWG, PDF 553 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E17.dwg Last Saved: 2/1/2016 1:40 PM Saved By: jmartinez 00V JHOS d3M018 MOOS dIV 00V JHOS d0A3ANO0 0I1VW3HOS dOlVd81A d0A3ANOO Z A N O �syyao a o yzy z o < Zo nu CO513 p) 0322 mmrCO sn sn D Z y a Fl z T xa on oz szz c> S3ION NOI10ldISNO0 0IIV013HOS-Od1N0O NOIIVIS dW(ld lJ11-3d 1 t:SB OD Oe Vi — 0 PS 1100 a31hV1S a318V1S 21OA3AN00 01 0 O 8313W 31111 03SdY13 Cp I CO 0 O I1 0 0 31311 311I1 03SdV13 1100 a31hV1S 2131314 3WI1 03Sdv13 1100 213121V1S Nflei £ 'ON dWfld OIIVW3HOS 10d1N00 a.A dWfld IJil 21313W 31,1I1 03SdV13 • Nna Z 'ON dWfld 0I1VNJHOS 10d1N00 N` d ISfl`dHX3 NOIIVIS IJIT a31311 31,111 03SdV13 1 O .0 x N 0( W 00 D0322=2- 1=0 • A c O c _ A CA -0 0 0 c� 0 t0 1 +10Vref tD N1+ 0 GM P12+ A@- 24Vaut CND 11111 DNYU D113 CVA 24Vout GND DIN4 0115 DIN6 CAB A01+ A01- 001 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 000133HOS 10d11100 ONIIH011 c m m N A G z • • O w‘— CA= W A CO Z 0 PP11 A m W 0 CO 0 1 1 k k -t 01 0 1HOI1 NOIIVIS 11 S3af11XI3 91 O ,fr.Lo O W 0 (n 0 8010V1N00 011 co W A 0 0 nn nn Qa Pg �V2 D y 03 P IC21 22 L 23 r ; 24 j O 4— 25 j } 8 m K NK ` 26 wpm SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1 013 # 103rOdd A110 0 CO CO WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL SCHEMATICS SHEET 1 OF 2 CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs VIl.NREHOES Rupch IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 ca co J 0 1,25060rewin 506E18 <I 201 50 PM DWG To PO,c3 r� ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E18.dwg Last Saved: 2/1/2016 1:44 PM Saved By: jmartinez M 0 0 0 0 0 0 0 0 1N 1 .. rtrr O 0 0 0 Oi O O 0 O or 0 0 O 0 0 O O O (:)K_ -2Q O 0 0 0 0 0 0 O O ‘J -Li w O r 10, 31919831491)S HTRI IORGI NTR2 WHO 600 I GRNB Tl 1066) T2 10L6) 03 IBLI(1 01 [RED"! ✓b r y1 N r 0 PF W PP 1A 9. F F EA 051 04 04 0:2 aa Isl* aa A W a mIll .5 x nN am ROTOR MINDING HENTE (WITS I3$ MATT$ R 115 vol: IMHT I CZ 2pNi J.„A N ',3!.` -' bN 02 ,, A Lt: K rr '9X Inn no C Non' r1T 2 mm nN n oo OA a 2' X 3^ WIREMAX I 4 r 10, 31919831491)S HTRI IORGI NTR2 WHO 600 I GRNB Tl 1066) T2 10L6) 03 IBLI(1 01 [RED"! ✓b r y1 N r 0 PF W PP 1A 9. F F EA 051 04 04 0:2 aa Isl* aa N 7 02 [REDI 3X1/813 11/ 031NfO4 KD8 NO1 A W a mIll .5 x r ROTOR MINDING HENTE (WITS I3$ MATT$ R 115 vol: IMHT I J.„A N 7 02 [REDI 3X1/813 11/ 031NfO4 KD8 NO1 L 7 J o SCOT r r - Z Z O A VI 0 0 O A I Z ; y> D m ZO oA o o 032 im O tinoN Z 0 x 0 O Z O0 0 0 LOCATION OF FIELD TERMINATED CONTROL WIRING FROM EXISTING MCC -1B. o cs 0 0313183A N338 00 Vin= cz A cLI ColIM O = A A M Z AJ Sn S310N 1VN3N3O S310N NOIL3fl 11SNOO vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 01.3 # 103rOdd A110 -H N 'ON ONIMV80 0800321 6g 10 Z9133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL SCHEMATICS SHEET 2 OF 2 CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs miM NICHOLS Ruprh IEN G 1 NEE R 1 N G TEXTS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 A W a mIll N ®a Nm r L 7 J o SCOT r r - Z Z O A VI 0 0 O A I Z ; y> D m ZO oA o o 032 im O tinoN Z 0 x 0 O Z O0 0 0 LOCATION OF FIELD TERMINATED CONTROL WIRING FROM EXISTING MCC -1B. o cs 0 0313183A N338 00 Vin= cz A cLI ColIM O = A A M Z AJ Sn S310N 1VN3N3O S310N NOIL3fl 11SNOO vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 01.3 # 103rOdd A110 -H N 'ON ONIMV80 0800321 6g 10 Z9133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL SCHEMATICS SHEET 2 OF 2 CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs miM NICHOLS Ruprh IEN G 1 NEE R 1 N G TEXTS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 o0 o ,o,508E19 ,1nom : , PM, OWG Po .,. fl u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E19.dwg Last Saved: 2/1/2016 1:58 PM Saved By: jmartinez co J a N a Cu N Pa O Y r r✓a V W W A W N 0 P D r J 0 61 61 6 61 6 61 61 61 TAG NAME 0 0 0 0 g 8 0 0 0 0 0 0 0 0 D O VVVm ILIFT PUMP NO. 3 VFD FAULT LIFT PUMP NO. 2 VFD FAULT 0 2 2 2 0 0 0 g 9 9 'NEW SCADA PANEL I/O LIST (NEW RTU 1006-3) 9 9 9 9 9. m m LIFT PUMP 3 VFD FAULT LFT PUMP VFD FAULT LFT PUMP 1 VFD FAULT FILTER UNIT3 ALARM FILTER UNIT 2 ALARM FILTER UNIT1 ALARM UV HIGH LEVEL ALARM UV SYSTEM LOSS OF FLOW SIGNAL o o23b3 SERVICE DESCRIPTION AUXCONTACT AUXCONTACT AUXCONTACT Z c t ALXCONTACT A x i -1 6) r 3 VFD HOA SWITCH IVFD HOA SWITCH 0 AUX CONTACT IAUX CONTACT AUX CONTACT 1 AUX CONTACT AUX CONTACT AUX CONTACT (11 VFD STARTER SPEED INPUT IVFD STARTER SPEED INPUT WET WELL r r FILTER CONTROL PANEL 'FILTER CONTROL PANEL FILTER CONTROL PANEL FILTER CONTROL PANEL UV MAIN CONTROL PANEL 1 UVMNN CONTROL PANEL SIGNAL DEVICE POINT LOCATION m m U1 W N O 61 N m m O O D O rn m 1W3 Z# a3131UV10 p3' Z# 3SDOH X3MO19 NOIldIHOS3O 301A HS 0) F U31UVLS Z -00W NI 10 Sl1VLS NTN SD1V1S NNN (Z-9001• flTh ONLLSIX3) 1S1-1 0/1 -13NVd VOVOS ONIlSIX3 fD 61 61 61 i1 61 6) mm 0 v m 311m1V3 w31SAX S#113M018 3amIVA dwnd sva Wad1V Sa3131aV131VM3 61 13A311 -191H NOIIVIS til l A;. NOLLdIOJOS]O 30IANlS 61 61 A 65 r r 131,1Vd NOLNOFI a3MOG 8 A 113M AHO NOIIVJStiIi 6) O D < z m O S ON IIS IX3 INV2JOVI0 >10018 W31S)\S ` CIVOS INVid dYO31IHM ONIOlIfl8 2103 M3N VULSJ.S 2J3131d M3N Mrn JD c S311S 2J31SVW 310W32J ONIISIX3 NOLLV1S 1113-321 2 D W N O I IVI S 1J11 oms A c Z 2 8 8 '< W N, o 0 m J 0 0 61 61 61 61 61 61 61 TAG1NAME 0 0 0 0 g 8 0 0 0 0 0 0 0 0 D O VVVm ILIFT PUMP NO. 3 VFD FAULT LIFT PUMP NO. 2 VFD FAULT LIFT PUMP NO. 1 VFD FAULT NOW SOd VON' NOW SOd VON' NOW SOd VON LIFT PUMP NO. 3 START/STOP O LIFT PUMP NO. 1 START/STOP NEW SCADA PANEL I/O LIST (NEW RTU 1006-4) 9 9 9 9 9 9 9 9. m LIFT PUMP 3 VFD FAULT LFT PUMP VFD FAULT LFT PUMP 1 VFD FAULT GENERATOR LOW FUEL ALARM GENERATOR ALARM MAIN POWER FAIL SERVICE DESCRIPTION AUXCONTACT AUXCONTACT AUXCONTACT AUXCONTACT ALXCONTACT A x i -1 6) r VFD STARTER AUX CONTACT VFD HOA SWITCH IVFD HOA SWITCH 0 0 0 GENERATOR GENERATOR IMCC-1 POWER MONITOR SIGNAL DEVICE POM LOCATION VFD STARTER SPEED INPUT m m U1 W N O 61 N m m O O D O rn m 1W3 Z# a3131UV10 p3' Z# 3SDOH X3MO19 NOIldIHOS3O 301A HS 0) F U31UVLS Z -00W NI 10 Sl1VLS NTN SD1V1S NNN (Z-9001• flTh ONLLSIX3) 1S1-1 0/1 -13NVd VOVOS ONIlSIX3 fD 61 61 61 i1 61 6) mm 0 v m 311m1V3 w31SAX S#113M018 3amIVA dwnd sva Wad1V Sa3131aV131VM3 61 13A311 -191H NOIIVIS til l A;. NOLLdIOJOS]O 30IANlS 61 61 A 65 r r 131,1Vd NOLNOFI a3MOG 8 A 113M AHO NOIIVJStiIi 6) O D < z m O S ON IIS IX3 INV2JOVI0 >10018 W31S)\S ` CIVOS INVid dYO31IHM ONIOlIfl8 2103 M3N VULSJ.S 2J3131d M3N Mrn JD c S311S 2J31SVW 310W32J ONIISIX3 NOLLV1S 1113-321 2 D W N O I IVI S 1J11 oms A c Z 2 8 8 '< W N, o 0 m J 0 0 a W N - D F O 0 0 0 0 0 g 8 0 0 0 0 0 0 0 0 D O VVVm ILIFT PUMP NO. 3 VFD FAULT LIFT PUMP NO. 2 VFD FAULT LIFT PUMP NO. 1 VFD FAULT NOW SOd VON' NOW SOd VON' NOW SOd VON LIFT PUMP NO. 3 START/STOP LIFT PUMP Na 2 START/STOP LIFT PUMP NO. 1 START/STOP ILIFT PUMP Na 3 RUN STATUS LIFT PUMP NO. 2 RUN STATUS ILIFT PUMP NO. 1 RUN STATUS ILIFT PUMP NO. 3 SPEED SIGNAL ILIFT PUMP NO. 2 SPEED SIGNAL ILIFT PUMP Na 1 SPEED SIGNAL LIFT STATION WET WELL LEVEL SERVICE DESCRIPTION NEW LIFT PUMP CONTROL PANEL I/O SIGNAL IVFD STARTER AUX CONTACT VFD STARTER AUX CONTACT VFD STARTER AUX CONTACT VFD HOA SWITCH IVFD HOA SWITCH VFD HOA SWITCH VFD STARTER INPUT VFD STARTER INPUT VFD STARTER INPUT VFD STARTER AUX CONTACT VFD STARTER AUX CONTACT VFD STARTER AUX CONTACT VFD STARTER SPEED INPUT VFD STARTER SPEED INPUT IVFD STARTER SPEED INPUT WET WELL SIGNAL DEVICE POINT LOCATION lINfl An M3N o ZO Z Oa mz 0© TINVIV LINO M ONUSIX3 3AO1130 REMOVE EXISTING MAIN POWER FAIL & UV UNIT ALARM FROM RTU 1006. Z '0N ONIOlIfl8 2J3M018 Oa® O E2 Z m Ca O 8 Z m2z ash N Z 0 En Cr - 01 gg wo R° - Z 8� , 3o O A Z A 0 o O O r n p m rn 0 O >O O N N 02 Tj F of yo rn Ca O NI 11Nf1 4-90 GM/ NO3 MJN VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY T NOIIOfl2JISN00 Z 0 m S3lON 1VLJ3N3O DESCRIPTION 6L 1.0 1.3 # 1031'08d ALIO Cf) N 'ON ONIMV IG 080038 62 JO rg 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE SCADA SYSTEM DETAILS SHEET 1 OF 2 CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 1InESE NICHOLS R�ILh IENGINEERINGI TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRIS11, TX. 78411 (361) 992-2284 11 L1 0 u oa *9.,,,o,a,,3730,OWG Po,37 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E20.dwg Last Saved: 2/1/2016 1:46 PM Saved By: jmartinez f n w , — o i N R 6 g F P 6 cni A A A 'A'\AA — + ++ ++ m ' O O 0 ...lig 8 X s DX-DRGF35X15 DX-WDCV2WE 0 g 1051016:0011 1051016:0021 0 8 $ DX-WDHD2X3WE 0800686 oc chi51 x 694-SYSIEMID-NP 2280125 CHNEUT1 BW -L060 -NP -6060125 " 3044157 5514111-7 8 Q _g 3046090 FUSE00-GMA-1A _ h' 2901539 2867160 3046184 2901540 13046090 FUSECO-61.1A-5A 3046223 2866750 g g+ L-1ll4ASS L619$0F 2 i4 g PHOENIX CONTACT PHOENIX CONTACT PHOENIX CONTACT ii 88 1 DX ELECTRIC PHOENIX CONTACT DX ELECTRIC DX ELECTRIC MANUFACTURER SIEMENS PHOENIX CONTACT m II Z2 PHOENIX KLM -6 GROUP MARKER, FOR 6/NS358 END CLAMP PHOENIX 1114 TERMINAL MARKER, 01-10, PRINTED HORIZONTALLY DX WIRE DUCT, 211 72W 3D, 1IG1-0ENS11Y SLOTTED, WHITE PHOENIX 6/953511 END CLAMP, FOR 3599 DIN RAIL i 8 PHOENIX CONTACT BUSSMANN PHOENIX CONTACT ii 88 PHOENIX CONTACT PHOENIX CONTACT PHOENIX CONTACT BUSSMANN ii 88 SIEMENS PHOENIX CONTACT PHOENIX CONTACT SIEMENS ii 8 E PHOENIX 1114 TERMINAL MARKER, 11-20, PRINTED HORIZONTALLY PHOENIX U14 TERMINAL MARKER, 21-30, PRINTED HORIZONTALLY PHOENIX KLM -6 GROUP MARKER, FOR E/NS35N END CLAMP PHOENIX UM TERMINAL MARKER, 01-10, PRINTED HORIZONTALLY DX WIRE DUCT, 2H 72W 3D, HIGH-DENSITY SLOTTED, WHITE PHOENIX E/NS35N END CLAMP, FOR 3598 DIN RAIL DX DIN RAIL 35H 2O00W 15D, PERFORATED STEEL DX WIRE DUCT COVER, 2H 72W, WIRE BW INDUSTRIES ENCLOSURE NAMEPLATE, 2H 8W, SURFACE ENGRAVED, BLOCK 1111LNS ON WHITE 606068D CUTER -HAMMER 7 -HOLE NEUTRAL GROUNDING BAR BW INDUSTRIES L060 NAMEPLATE, 6H 664, REVERSE ENGRAVED, BLACK/COLOR LETTERING ON WHITE OKGRND HOFFMAN PANEL, ALUMINUM BACK PANEL g. 93ig g 5 _ g I 0 '3 I PHOENIX 1914-HESI-24V 12-301, 6.3A (126-110AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE FUSECO BUSSMANN FUSE, 1A 250VAC, 502099, FAST ACTING PHOENIX 2400 POWER SUPPLY PHOENIX I/O MODULE PHOENIX OMNI DIRECTIONAL ANTENNA WITH SMA CONNECTOR HRi Rm g0. 1 s< E PHOEN16 1E4-HES1-240 12-301, 6.34 (126-1106WG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE FUSECO 67668409 FUSE, 5A 125100, 5X2088, FAST ACRNG PHOENIX 014-1W1N-PE (j26-j10AWG) GREEN/1ELLOW GROUND TERMINAL BLOCK PHOENIX 00161 POWER SUPPLY, 54, 24V SIEMENS 5016 BUSBAR, 1 -PHASE, FULLY INSULATED, 21499, JUMPER UP TO 12 BREAKERS PHOENIX UT4-1W1N 3001, 306 (126-I10AWG) GRAY F® THROUGH TERMINAL BLOCK 4 of 8 A gi m DESCRIPRON SIEMENS 5SY BREAKER, 15A 1 POLE, 277440/601DC MAX, UL 1077, CHARACTERISTIC C, 1699 WIDE PHOENIX U16 6001, 50A (124-18AWG) GRAY FEED THROUGH TERMINAL BLOCK f n N_ o R 6 g , A A A A A + — - +g 0 ...lig 8 X s DX-DRGF35X15 DX-WDCV2WE BW-SYSIEMID-NP 2%6X125 BW -LOGO -NP -606X125 3 a om TA 3l§ 3046184 2901540 28 R ,8 g8 V " 3044157 5514111-7 8 Q _g iii 8 8 8 A DX ELECTRIC DX ELECTRIC II HHHHU 88888 Mi PHOENIX CONTACT 4 8 MANUFACTURER SIEMENS PHOENIX CONTACT PHOENIX KLM -6 GROUP MARKER, FOR 6/NS358 END CLAMP PHOENIX 1114 TERMINAL MARKER, 01-10, PRINTED HORIZONTALLY DX WIRE DUCT, 211 72W 3D, 1IG1-0ENS11Y SLOTTED, WHITE PHOENIX 6/953511 END CLAMP, FOR 3599 DIN RAIL DX DIN RAIL 3511 200094 15D, PERFORATED STEEL DX WIRE DUCT COVER, 2H 72W, WHITE BW INDUSTRIES ENCLOSURE NAMEPLATE, 2H 8W, SURFACE ENGRAVED, BUCK LETTERS ON WHITE BCKGRND BW INDUSTRIES LOGO NAMEPLATE, 6H 6W, REVERSE ENGRAVED, BLACK/COLOR LETTERING ON WHITE BKGRND H0FFMAN PANEL ALUMINUM BACK PANEL HOFFMAN WALL -MOUNTED ENCLOSURE, TYPE 40 (316 SS W/ 3PT. LATCH), (SIZED PER REQUIREMENTS) PHOENIX OMNI DIRECTIONAL ANTENNA WITH SNA CONNECTOR PHOENIX 2400 POWER SUPPLY PHOENIX U14 -111I9 300V, 30A (126-110AWG) GRAY FEED THROUGH TERMINAL BLOCK PHOENIX WIRELESS MODULE PHOENIX 1114 -HEST -24V 12-30V, 6.3A (126-110660) FUSED TERMINAL BLOCK, LED, 5X20 FUSE FUSECO BUSSMANN FUSE, 5A, 125VAC, 5X2069, FAST ACTING PHOENIX QUINT POWER SUPPLY, 5A 24V PHOENIX 016 -PE (124-j0AWG) GREEN/YELLOW GROUND TERMINAL BLOCK SIEMENS 5511 BREAKER, 5A 1 POLE, 277VAC/60VDC MAX, UL 1077, CHARACTERISTIC C, 1899 WIDE gs0 a 11- N V-- "0'3 gR Ci 61 0o x n 9 z VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. 6L LO L3 # 103rOdd d1I3 CO F— NJ 'ON 0NIM210 080038 rn 0 co REVISION NO. DATE BY 1006-5 PANEL BILL OF MATERIAL -13NVd f112i M3N (-Nadu) inn, b'i S-9001 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE SCADA DETAILS EXISTING RTU -1006 (SHOWN FOR REFERENCE) go o) Oi 11 1 0 0 0 co N 0 0 0 0 0 0j 01 0 s 00 o 0e 1 CO P. 0; o;, m a N0 ▪ {• A�o ooFl N 'w0 OE; �O o6 1 03 - OW m > so ott A of { M Ao O am90 OAW A OL os So 0,1 7o co os - 33 90 0s��30 OA I ... if 0 a3 rs 65 O 0 0 0 O1 I TBDIGIN-1f 0 0 o O_1 o 0 O C 1 0 v o Q DESCRIPTION CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs w•r REVISION NO. DATE BY rIn NICHOLS R�ILh IENG1NEERINGI TEXAS 6RM REGISIRA110N N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 S3L0N NOILOf LSN00 DESCRIPTION 65 N 0 1,20113,06E21*9.,11016 3,92,00 PM, DWG To 1.13.P. 0 u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E21.dwg Last Saved: 1/31/2016 8:24 PM Saved By: jmartinez Z H 1) z z P1 m c Z c 0 c 2,Qc D E P1 0 0 TO z 0 C0 D O D c 3 Z 1 1 � 24" MIN. O 0 O Z (y) mo a33WVHO ,l -// /K/2 6" -o 0 0 c 0 -0 O zm 0 0 llflaNOO NIWflWfl1d —n" 0 0 H nog .9/£ •S's D Z (n -q 0 m T� '1 0 Z 0 O z m 0 4'-0" 6 1 1 1 3Otlld NI 03NnOd 313NON00 '£ llflaNOO OAd 3" CLEAR. 1N3W3SVON3 3138ONOO L fONOO ANvONoD3S 3" c o rrI 3•-0 1 16" 0 Om o 2•-6" I N 0 0 0 0 , , , 0 0 0 0 o cy 0 n P,M0 QmgN Cbz �-'E- =%°4 0 R y y OP rM m z>oi P An N $ 0 A _ , , -o o. o o I I 0 0 H nog .9/£ •S's D Z (n -q 0 m T� '1 0 Z 0 O z m 0 4'-0" 6 1 1 1 3Otlld NI 03NnOd 313NON00 '£ llflaNOO OAd 3" CLEAR. 1N3W3SVON3 3138ONOO L fONOO ANvONoD3S 3" c o rrI 3•-0 1 16" 0 Om o 2•-6" I N N :.\°TI SOON '314138-1- 48" MIN 3aV2:19 a3HSINId 0 w W 0 13 O < zO O C1 C O � D 0 OW OW z00 n P1 - m— 0 3" -1 6" 24" (MIN.) FOR 600V AND BELOW 310d A±lllfl L nONOO and 4.„ COrn nm VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1.0 l3 # 1031'08d ALIO CO F - NJ 'ON ONIMV IG 080038 co Cn 0 co co WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL DETAILS SHEET 1 OF 2 CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 111 r� NICHOLS Rauh IENGINEERINGI TEXAS 6RM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRIS11, TX. 78411 (361) 992-2284 0 Lo m� P V500rewin 506E22 <I 201 2 00 PM DWG To PID,c3 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E22.dwg Last Saved: 2/1/2016 1:27 PM Saved By: jmartinez z z 0 1— D z 1— D z 0 Zj D 1 0 z z u, z 0 m 0 z 0 0 z 0 1- 0 0 NOTE: ADD ADDTIONAL BOXES AS NEEDED FOR CONDUITS. ASP cS' z 0 z 0 N 0 1— r m D 1,1 o Os, C3x5.0 0 Qe 0 0 0 0 0 0 0 0 PJ a vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 01.3 # 103rOdd A110 Cf") N 'ON ONIMV80 0800321 69 10 99 133145 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL DETAILS SHEET 2 OF 2 CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs VIl.NREHOES Ru,�h IENGINEERING1 TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 o.o,o,501.23tlwg,2/1nole 312 06PM, OWG Po,2, 11 0 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E23.dwg Last Saved: 2/1/2016 1:31 PM Saved By: jmartinez O m CO V W N p A W N + O m 8 V b N 44ff A 8 N + O m m V W N A ff..,,11 N N N + O m 8 V N— W N t O 30 N ' W N A lJ N + C) CABLE/CONDUIT SCHEDULE v _ vA v ?;v 92 _ _ v A ? - _ _ N N W _ a _ z N .. N _ a ANNN- . - - - - AyA oi vAy 'act A m Ay mo..-oV A m A A m 2 m FILTER PANEL NO. 3 FILTER PANEL NO. 2 FILTER PANEL NO. 2 FILTER PANEL NO. 2 FILTER PANEL NO. 2 FILTER PANEL NO. 2 FILTER PANEL NO. 1 FILTER PANEL NO. 1 FILTER PANEL NO. 1 FILTER PANEL NO. 1 FILTER PANEL NO. 1 DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP DISTRIBUTION PANEL FP PANEL LS PANEL ECR TXFR PANEL ECR r MCC -1 MCC -1 MCC -1 MCC -1 MCC -1 MCC -1 MCC -1 MCC -1 r MCC -1 MCC -1 MCC -1 MCC -1 r MCC -1 MCC -1 MCC -1 PANEL ECR GENERATOR GENERATOR GENERATOR zG) z GENERATOR PAD MOUNT TRANSFORMER POWER POLE FROM DESTINATION z m LEVEL TRANSMITTER HIGH LEVEL FLOAT BACKWASH PUMP NO. 2 BACKWASH PUMP NO. 1 z LEVEL TRANSMITTER HIGH LEVEL FLOAT BACKWASH PUMP NO. 2 BACKWASH PUMP NO. 1 DRIVE UNIT FILTER MONORAIL H OIST UV UNIIT JIB CRANE RELIFT STATION SLIDE GATE MOV UV SLIDE GATE MOV 4 UV SLIDE GATE MOV 3 UV SLIDE GATE MOV 2 UV SLIDE GATE MOV 1 FILTER PANEL NO. 3 FILTER PANEL NO. 2 FILTER PANEL NO. 1 PANEL BS PANEL LS PANEL ECR DISTRIBUTION PANEL FP PANEL SB MCC -2 PANEL DBP BELT PRESS BLDG CONVEYOR VIBRATOR BAR SCREEN CONVEYOR BAR SCREEN RAKE LIFT PUMP NO. 3 LIFT PUMP NO. 2 LIFT PUMP NO. 1 TRANSFORMER MAINTENANCE BLDG LIFT PUMP CONTROL PANEL TXFR PANEL ECR LFT PUMP CONTROL PANEL LIFT STATION EXHAUST FAN RE -LIFT PUMP CONTROL PANEL UV NO.2 UV NO. 1 GENERATOR LOAD CENTER FUEL TANK GENERATOR EMERGSWRCH GENERATOR ANNUNCIATOR 0 0 L. D m 0 s .s L. Z PAD MOUNT TRANSFORMER C 3/0#12, W/ GND 3/C#12, W/ GND 3/C#12, W/ GND 3/C#12, W/ GND 3/C#12, W/ GND 0 0 0 3/C#12, W/ GND 0 0 0 0 0 o c. o 0 (2) EACH (3)350KCMIL (2) EACH (3)350KCMIL (3)350KCMIL 3/C#4 VFD W/GND, 2/C#12 3/C#4 VFD W/GND, 2/C#12 3/C#4 VFD W/GND, 2/C#12 0 0 0 0 0 (4) EACH WI/ (3)600 KCMIL (4) EACH W/ (3)600 KCMIL POWER 2/C#18 SHLD N 2/C#18 SHLD N A A A (3) 4/C SHLD 1A A 31 A y D m m p N 250KCMIL 250KCMIL GND 480V PWR 4-20MA 'HIGH LEVEL ALARM 480V PWR ''1480V PWR I480V PWR 4-20MA ,HIGH LEVEL ALARM 'I480V PWR 480V PWR I480V PWR 480V PWR I480V PWR 480V PWR I480V PWR I480V PWR AN G i 480V PWR H80V PWR 480V PWR I1 480V PWR 120/206V PWR VA SPLICE BOX N 6 N < z N 6 N G z I480V PWR ''1480V PWR VA MANHOLE SPLICE II480V PWR VA MANHOLE SPLICE 'I480V PWR VA MANHOLE SPLICE II480V PWR & CONTROL WIRING VA SPLICE BOX I480V PWR & CONTROL WIRING VA SPLICE BOX 480V PWR & CONTROL WIRING VIA SPLICE BOX 480V PWR, SPACE HTR WRING, VFD CABLE I480V PWR, SPACE HTR WRING, VFD CABLE I480V PWR, SPACE HTR WRING, VFD CABLE 480V PWR, VA SPLICE BOX (3) SPEED SIGNALS TO (3) LIFT PUMP VFD'S '480V PWR LP1, LP2, LP3, S/S, HOA POSITION, VFD FAULT 480V PWR 480V PWR 480V PWR ''480V PWR 120V PWR, BATTCHARG, HTRS, LEAK DETECTION, LOW LEVEL 'EMERGENCY CUT-OFF SWITCH N N STATUS CONTROL WRING I480V PWR EMERGENCY (1) SPARE 480V PWR UTILITY, (1) SPARE PRIMARY CONDUIT (1) SPARE) CONDUCTORS BY UTILITY A r A 65 N g 8 m 4 s N A w m m o 8 w t w N A w N Ef o m 024 ZI rn� N w w N � o 8 w t S N N w N a o m m 6N rn N N w N N. p CABLE/CONDUIT SCHEDULE • • • • - • • • �a A w A .W A • w A • • • �"' A �a A w A V. A w A w A - w A W A -4`e: w • V. A w A -, A ' A L"' A - A m m LIFT PUMP CONTROL PANEL UV MCP A n n n N n n PANEL LS PANEL ECR MINIPOWER ZONE LIGHTING CONTACTOR LC -1 PANEL FP PANEL FP gggggggggmggcmg g T. g b g g w §- w g w g w i w UV MAIN CONTROL PANEL UV FLOWMETER UV FLOWMETER UV NO. 2 TRANSFORMER UV NO. 1 TRANSFORMER PANEL FP z P FILTER PANEL NO. 3 FILTER PANEL NO. 3 FILTER PANEL NO. 3 FILTER PANEL NO. 3 FROM DESTINATION m 8 N LFT STATION WET WELL UV AR SCOUR BLOWER PULL BOX PULL BOX PULL BOX PULL BOX PULL BOX PULL BOX RTU SCADA 1006-5 RTU SCADA 10W-4 RTU SCADA 1006-3 RE -LFT PUMP STATION LIGHT LIGHTING CONTACTOR LC -1 MNI POWER ZONE LFT PUMP CONTROL PANEL LIFT PUMP NO. 1 ,2,3 VFD FAIL ATS/ GENERATOR n n Z1 R m 0 O z O A FILTER NO. 3 CONTROL PANEL FILTER NO. 2 CONTROL PANEL FILTER NO. 1 CONTROL PANEL RE -LIFT PUMP CONTROL PNL UV MAIN CONTROL PANEL MINI POWER ZONE UV MAIN CONTROL PANEL MINIPOWER ZONE UV PSU NO. 2 UV PSU NO. 1 SCOUR BLOWER UV MAIN CONTROL PANEL LEVEL TRANSMITTER HIGH LEVEL FLOAT BACKWASH PUMP NO. 2 BACKWASH PUMP NO. 1 TO W w w I 4#500 KCMIL 4#500 KCMIL 8 - 2 0 .. 2 0 POWER 7-1— CAT5 COMM LJ A 23 N A 1— A A � A W N � co = 6 RS CAT5 COMM _ 6 CNTL N V a m m N N N N O O N N 4 N GND COMMUNICATION 4-20MA SIGNAL CONTROL SPARE SPARE SPARE SPARE SPARE SPARE G `L3. m G m G < 0 m G 81 A G F of 480V PWR ALARMS LIFT PUMP 1,2,3 VFD FAULT GENERATOR ALARMS PLANT POWER LOSS ALARM ALARMS ALARMS ALARMS HIGH LEVEL ALARM ALARMS G 8 pa 1 D N G 81 0 < -0 81 .ZI ; NG G -c 81 .ZI 480V PWR COMM 4 D HIGH LEVEL ALARM 480V PWR m `r A REMARKS VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION sheet, adjust scale. CITY PROJECT # E10179 I SHEET 67 of 89 RECORD DRAWING NO. STS- 21 1 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF FREESE FM'NICHOLS �-- v V L■ G' °°°���� °,004 s* JOSE B. MARTINEZ JR 0 9385 / %122,) CE.10 <`10 aeS .ON°�°`**' O �i 02/01/ 6 DRAWING SHEET NO. E23 CORPUS CHRISTI TEXAS = WASTEWATER ELECTRICAL CONDUIT &° CABLE SCHEDULE ENGINEERING """' DEPARTMENT Department of Capital Programs TEXAS Fl SREGISIES, S E SORE 1101 5656COR 5. CHRISTI, CORPUS =228,78411 o32(,o,oats . 2/1/2016 312.11 PM, DWG Ta 111F.223 11 L1 0 u ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506E24.dwg Last Saved: 2/1/2016 1:59 PM Saved By: jmartinez • PROVIDE TYPED PANEL CIRCUIT DIRECTOR FOR ALL EXISTING AND NEW PANELS. S31ON 1V83N30 m O 0 W D v m S]L1 3afS SONIH 3Sf10NO 21321DIOVifNVW ANO 4VT2-LD4 4 DR100 UNV L840 WL TRANS 1M 0781 ANI 00I HC 44G1-Z1A4 2139011IN 0O1VIVO 8 8 8 C m 8 8 m a) N O d1 W O O --0 my GGO O T0i 0 rr OINON10313 OINON10313 OIN02110313 OINO2110313 OINONl0313 co mN H D NOIHONVIS c D m c D m 15 c z O m 0) m6 me H 0) N < 091N001HOl 9H3W3 /11X3 `1HOl )ISV1031 LED STRIP GASKETED, HIGH IMPACT LENS, WATER TIGHT F LED STRIP GASKETED, HIGH IMPACT LENS NOIld1210930 31f1133H3S 32Il1XkI 1H0I1 0 V (T co -.. i TOTAL LOAD LOAD - PHASE "A" 1,600 VA SERVICE: 120/240 VAC, 1 -PHASE, 3 WIRE 2 KVA LOAD - PHASE "B" 600 VA SOURCE: PANEL FP MINIPOWERZONE - SCHEDULE 15KVA, 240 VAC, 1 -PHASE, 3-WRE, 80 MAIN, 12 CKT NEMA 4X SURFACE, GROUND BUS, INTERRUPT CAPACITY- 10 KAIC W V N V (n N XIm pN m W V co - UV MAIN CONTROL PANEL SERVICE 225 AMP, 480 VAC, 3-PHASE, 3-WRE, MLO, NEMA 4X SURFACE, GROUND BUS, INTERRUPT CAPACITY- 42 KAIC N N N N O5 D 0 N N N N N N N CO D W D CO D i "0 -0 -0 -0 -0 V m FILTER PANEL NO. 3 FILTER PANEL NO. 2 FILTER PANEL NO. 1 SERVICE 0 0 0 O 0 V o tpVO n 99 o 0 D 0 D qy� UV FLOWMETER SERVICE w o w O N g N g N . N 2 A m N A N O co a) A N N m O 0 W D v m S]L1 3afS SONIH 3Sf10NO 21321DIOVifNVW ANO 4VT2-LD4 4 DR100 UNV L840 WL TRANS 1M 0781 ANI 00I HC 44G1-Z1A4 2139011IN 0O1VIVO 8 8 8 C m 8 8 m a) N O d1 W O O --0 my GGO O T0i 0 rr OINON10313 OINON10313 OIN02110313 OINO2110313 OINONl0313 co mN H D NOIHONVIS c D m c D m 15 c z O m 0) m6 me H 0) N < 091N001HOl 9H3W3 /11X3 `1HOl )ISV1031 LED STRIP GASKETED, HIGH IMPACT LENS, WATER TIGHT F LED STRIP GASKETED, HIGH IMPACT LENS NOIld1210930 31f1133H3S 32Il1XkI 1H0I1 v 0 z m r 11 2 m C r m it W V 8 8+ 8 to' (0 (NT W V N V (n W+ W V co - 2JCI TOTAL LOAD LOAD - PHASE "A" 21,725 VA SERVICE: 480 VAC, 3-PHASE, 3 WRE 57 KVA LOAD - PHASE "B" 21,725 VA SOURCE: MCC -1 LOAD-PHASE"C" 13,700 VA 225 AMP, 480 VAC, 3-PHASE, 3-WRE, MLO, NEMA 4X SURFACE, GROUND BUS, INTERRUPT CAPACITY- 42 KAIC N N N N co co N N N N N N co o0 m m co co co co co 56 53 m ri UV AR SCOUR BLOWER izD - m1 Z 0 (0 Z m z 56 Uz Z2 m z FILTER UNIT HOIST UV UNIT JIB CRANE FILTER PANEL NO. 3 FILTER PANEL NO. 2 FILTER PANEL NO. 1 SERVICE tr,v� 8 0 V o tpVO n 99 o 99 O 0 99 O 99 o w o w O N g N g N g N g N A N J N J N N Q 0 N w N N A 1, g N w N w A w A w A , x O W D O W D O CO D O W D O W D 0 03 D O W D= at A co 14 I 0(0>0(0>0(0>0 V 2 < 0) (0 (0 (0 D 0 W D 0 (0(000 U U O O 0 O 0 O 8 O 0 O 0 O 0 O 8 O 8 O 0 O 0 O 0 O 0 O 0 O D 0 N N LIGHTING CONTACTOR LC -1 RELIFT STATION MOV UV MOV 4 UV MOV 3 UV MOV 2 UV MOV 1 SERVICE N N N m pfpT Ni O O N N N N N N N N N N N N N N Nr;,)' 0) Ii A N O co O GENERATOR LOAD CENTER A 10 y v 0 z m r 11 2 m C r m it 8 V 8 8+ 8 to' J (NT W W N V 8 W+ w V co co TOTAL LOAD LOAD - PHASE "A" 10,640 VA SERVICE: 120/208 VAC, 3-PHASE, 4 WRE 26 KVA LOAD - PHASE "B" 8,600 VA SOURCE: MCC -1 LOAD-PHASE"C" 6,380 VA 225 AMP, 240 VAC, 3-PHASE, 4-WRE, 42 CKT, 150A MAIN CB NEMA 1 SURFACE, GROUND BUS, INTERRUPT CAPACITY- 10 KAIC PANEL "ECR" SCHEDULE N N N O N N N N C 5 .0 m N M SUMP PUMPS PANEL BS BAR SCREEN BUILDING N I. N N 0) A m pm m izD - m1 Z 0 (0 Z m z 8 8 8 8 8 8 0 0 0 0 !BUILDING RECEPTS lSCADA RTU 1006-4 !EXTERIOR LIGHTS !INTERIOR LIGHTS SERVICE 0 0 0 0 0 8 8 8 8 0(p M 0 W D 0 W D 0 W 0 O p 6 O G D 0 0 w D= N n N n N g N g N g$$ N N 33333333.33 N N N N N N N N N at A co 14 I 0(0>0(0>0(0>0 8 W D 0 W D 0 w D 0 W D i SCADA RTU 1006-5 SCADA RTU 1006-1 SCADA RTU 1006 RECEPTACLES RECEPTACLES RECEPTACLES SERVICE >>>>DDDD N N N N 0> m JC A � N N N N N m pfpT Ni O (0 0N) A I� N O O 0) A N O O 8 0 8 0 G D 0 GENERATOR LOAD CENTER SERVICE rn rn m mc,, A A W W WW W W N N N N N 8 T 7:: N 8 co p A N 8 J to' W+ 8 V at W W V N W — TOTAL LOAD LOAD - PHASE "A" 6,040 VA SERVICE: 120/208 VAC, 3-PHASE, 4 WRE 17 KVA LOAD - PHASE "B" 5,440 VA SOURCE: PANEL ECR LOAD-PHASE"C" 5,580 VA 100 AMP, 240 VAC, 3-PHASE, 4-WRE, 30 CKT, 100A MAIN CB NEMA 1 SURFACE, GROUND BUS, INTERRUPT CAPACITY- 10 KAIC PANEL "LS" SCHEDULE N N N O O O N N N N C 5 .0 m N M SUMP PUMPS PANEL BS BAR SCREEN BUILDING !RAW POWER !OUTSIDE LIGHTS !PUMP ROOM LIGHTS !DRY WELL LIGHTS SERVICE 8 8 8 8 8 8 0 0 0 0 0m 8 8 8 8 V co (0 -o 8 8 8 8 8 0(p M 0 W D 0 W D 0 W D 0 W D 0 W D= N n N n N g N g N g$$ N N 10 n 10 n$ 10 10 g 10 g N n 10 n$ N x A co 8 8 8 0 8 8 D 0 0 SCADA RTU 1006-5 SCADA RTU 1006-1 SCADA RTU 1006 RECEPTACLES RECEPTACLES RECEPTACLES SERVICE N N N N N N m pfpT Ni O (0 0N) A I� N O O 0) A N O O O A N VERIFY SCALE Bar Is one Inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L LO L3 # 1031'08d ALIO Cf) N 'ON ONIMV210 080038 00 0 co WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE ELECTRICAL PANEL SCHEDULES CITY OF OiCORPUS CHRIST TEXAS WASTEWATER DEPARTMENT Department of Capital Programs 111 WV 1NMESE NICHOLS Rauh IENG1NEERINGI TEXAS 6RM REGISTRATION N0. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRIS11, TX. 76411 (361) 992-2284 1,25060/5,21,51255610110/0 2/ 0 215PM DWG 1/0 PDF pc2 ACAD Rel: 19.0s (LMS Tech) Filename: P:\2506\Drawings\2506M1.dwg Last Saved: 1/31/2016 9:21 PM Saved By: jmartinez S31VOS OIHdVIO 0 0 z 0 c D P1 m 0 ti (11 0 m r O 0 z g P-1 V) m 0 0 0 -0 c.+ N 0 0 P1 m 8-0" WIDE, 12'-2" LONG, 8'-9" HEIGHT, CONCRETE TANK 31na3HOS )INV± 111 o O e D D L D S3lON a3A3>i 22 W INSTALL FUEL SYSTEM AS PER ALL LOCAL CODES. PROVIDE WARNING SIGNS AND NFPA 704 HAZARD IDENTIFICATION SIGNS. S3LON 13N3O r CO a01V3IONl 13M1 FILL/SPILL CONTAINMENT BUCKET 1N3A ADN3083W3 80103130 >1V31 N 0 D. v 0 M1 N = Z 0 0 0 a01V3IONI 13A31 m r c r m 1— m m z 0 vERIFY SSE Bar is one inch on original 0 1 drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 100 # 103rOdd A110 'ON ONIM U 02100321 69 10 69 133HS WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE DIESEL FUEL STORAGE SYSTEM DETAILS CITY OF CORPUS CHRISTI TEXAS WASTEWATER DEPARTMENT Department of Capital Programs r l.�NKNOLS "Intl" IENGINEER1NGI TEXAS FIRM REGISTRATION N0. F-829 5656 S. STAPLES, SURE 110 CORPUS CHRISTI, TX. 78411 (361) 992-2284 rn File: N:\WW\DRAWINGS\WW—STD—DT—TYPO1 .d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-STD-DT-TYPO1.dwg Last Saved: 1/27/2016 11:22 AM Saved By: ddh S12iOddnS 3dld eiO3 0 1p O D zr n U) mm m D m z 0 m U) >0 r C O m O mn X D M r M A O m z - o1- - I m U) n C0 - 00 0 -) G7 U) Ln 1VOS 01 ION 5 D S1I`d130 i JOddns 3dId nm () C — Z 0 m —1 O „8 + '0'0 3dId N n nm D X 0 C >Km NZoz -u 00 r AO Ami of Xmm m COD z o A 0m0 =D m0o = "m C) D71m =o> 0 r0� o1m m,, mom 0 'O 0 0 4 #4 TIES AT 12" C/C MAXIMUM VARIES O Z C m D D = = N A Z, con 0 > O 00 2 Aii.Zm1 N D r� Z* mD m�= D - 0 m m O06 0 r m m2Dn AC m Zm O O Om�Z mA OU) Z zoo 000 -,-101 -10 -u TjmK Omm ?� mz ctm Km2 3 O D1-9 ZDX D2 Z r0 COC Nim Nr QO Zt/i Zr� v FCo = mX Fill (7-1O rKA 00 -<-1 O� Cm; m z -i_A , 0 m N A A O O m O Wm Am Z n m A A m 0-n0 00 D 000 0m Om mo MO O C -i0 r m N-1 Z A A A D O Cm m0m A fAr1 A0 !- p * N A A A O 0j L 2c MK T" -l0 Cm -i D cm OZ Z C m 0 A A m o m 00 0 m m mm* ? AA tnD mZ 1] r -1 mV O Zm1 m 0 y 13 m .. z 0 m U) co^ A - A >_ '0 U1A 'D mM0 DO R.F -10 m -1 Om 80 O P N ADZ Z -I r • CO -< -i m ? m N z C MOS 01 ION 71-1 — I -0 Dom M 5 <D Z D mF U) r U)-0 ONm < mA Z W-1 D ?z KD Z N O 0 m — IW D O I— X Z 0 m m XD0�7 0 Omm*ZM�r tnZI< AO?2m mzv z0 m mom D m m A A m z DrP1- 0 m z mO1�111 A-ACOZ m A m C Z 0200-1 n m0w m 00 MO Dc X 00 r O • N 0 A O A (1 ocm xmx Ommr- AAm m-< Om x] C U' O Z =D A Z m O AN Mm O m mr D0 17 -0 z Wm C< D Z O m0 mm _1 O mm A m D m A VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1.01.3 i 1oPOdd A11 'ON WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE MECHANICAL DETAILS MECHANICAL DETAILS - 1 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 431r,:!.4N JASON COCKLIN 0°,, 112750 e.,% ‘09';'" .1cENSC-gym 4'..ff (-- (44904 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2141 File: N:\WW\DRAWINGS\WW—STD—DT—TYP02.d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-STD-DT-TYP02.dwg Last Saved: 1/22/2016 9:23 AM Saved By: 02376 31VDS 01 ION S1 IOddflS 3dId a IVONV1S LA 00 � O ?O Co 0) ANO (b 0?w\N\\O N N P (p A NOMINAL PIPE SIZE (INCHES) TABLE A — PIPE SPAN AND SUPPORT ROD SIZE \\\\\\\J\\\\\www(^Iw NNN?AAA C° 4" OC NN\\\\\ ROD SIZE (INCHES) ONE ROD SUPPORT SYSTEM SUPPORT ROD SIZE AND MAXIMUM LOAD PER ROD SEE NOTES (A1—A5) rnrn 0000010)010)0))0) www 0000CT, V - -ww 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 MAX LOAD (POUNDS) \\\-- \\\ wwwwwwww N N A N? W N CO CO CO CO CO W CO CO ROD SIZE (INCHES) TWO ROD SUPPORT SYSTEM 0) 0) CO 4,(0(0 w N 0) a) 0 (0 80 (0 V VCO --• CO0) o) 0) 0 0) 0) 0) _ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 MAX LOAD (POUNDS) CA w N N N Ni N N In U N U O O D U t U N O O O N 00000 N m r MAXIMUM PIPE SPAN (FEET) O O O O O UI U) UI UI UI COPPER 0 0 Z z 0 co co 01 U) N N r w U) ( UI Z C 0 C 0 PLASTIC SEE NOTE A3 12 FEET FOR PRESSURE PIPE 10 FEET FOR SOIL PIPE DUCTILE IRON SEE NOTE A5 ? w U) U) 3 W C ZQi DZ 01A rN A{ mZO M mm OO 0 0 2 m-1 Om D2-1 mx 0m0 mD2 mm 0<m 00 m m 3 m (b ZZ n D -TC) m m �c -0 Z M X m pU MD W Z0 0 0D O zi {-10 > m n O 2 O -i N 0 Z co o C � U) r 01- m rm D 0 Z m 0 0m rm Z\ • -4 A 0 0 -1 c A D r AVIA1 SlaOddnS 10. FOR STRUCTURE ATTACHMENTS, SEE DETAIL 341. 9. FITTINGS SHALL NOT BE LESS THAN MSS CL B. N *00Z2 3U)-iD000DO*Z0 =, m C D D{ 2 Z {- Z.Z2 m O 2 =1Z ZO m0Cwm mmOZ 0m00ZmWnU1zDU)OD;Orn OZDn C)('�Z c2 Cr, Sm -u {0 rn m D_2T1 Uj `2p T?r rWA r-1-4 m'1 C U) W -INC U) 00 U) C000u WZm, mo 00xImrmo>mOm r corm O mm O2 omOZ- mnmO DUIZO 3300: 11 m KU) p 00 11 rn D OODmmcID02-u DDm rr-p n -0x10 00n 00 • 0m W O 0 mm<Wn no(N 00m m ZmQZ?WN003- mZQ�N0o-ImZm DD m0nOi0 Kmmx=iplTjm< zoo_ O z»D")_D00m0-10o 0mU) ANO m,WOOKNO m3 00A 0{Dmr nom -Im0 X =m N' r U10 m m D- .mrmrj 00 r 0 -1 m MZ DC M-<5ZXW n nM OC' 0 -0 DD 2 0 0 D 22 OZ-1�r D m N 0-0 U)- O-1-0 CO Z C Z 0 m D r r 0 U) n (n DKZ<>C •)J -,50m11) -20> D 0N0m=7J p 2 r m D O m 0 r X N W { W Dr=2 M O n D D Z gm>r O r m ▪ n n-i3,0WO 0j1-IZWD ZoMOMZ U) 0=D0 n CO Kmm D D O Ul > N D U) Z X 20 0-00 WU)0 00, O 0 om 00 m0 nm 2, DC Z W Z W m m N J_0 1D oz Dm cc Om m Z p m0 OD 0� .T1 U) o) uI 0000 3 2 Z1 D.ZCIZ <Z m r m n 0 01- O m mm 2 rm m Eo 0 3�Z mD 0ZO, 0Z (I 8A-i y -I O K W Z O pr- 0D rZ Z -1 -<D 0 0 D U)m U) m rW m 0 0 0 wm ((n 0 m O ,1.7., 0 O 00)5 3 0 D ZKml0 nZ 0020 m 1m z 00 -1 �Z O 0 N (DJ ? W N > 00 U) -1m 02U)00 ZZ320 -.170 Cm0 0020-0 0000 O D _ < 0m -0 m mOm Z mm M 0 0 _ �� - m XID� M D 0 • 0Mo �xi -1 3 m�m 0Z C OZm mu) • m 0 O -D-1 m -0 0 m N O C 0 0 CO mw n w 0 O 1T�Z 0 O r U) X� I 1 3 W U) 2 n� N * o Z N O Z O 0 0 T1 N 2m Z 0 m mm� m'om mm- C)0Z - m Km -0 m D rr <m xzm� DZz-0= Cm 17 mm � nnr*rno 3rn C r 0 ZO2Om O0Dm m 1v m0 MPrr p C 1D2 Z ZNA 0 Z r 0 0 m U) m m CCI O D D 0 m O N ✓ m>0 D2 Z -j CO ~ m 2 r m >I Z - Z 0 U C 2 -0 CD �Z N-1-1 0) crn m0 O y 0 C 0 mA U) 2,130NVH 3dId 3N0 l2JOddfS 3dId 2i 3d.11 Wf11a3W - 1aOddf1S 3dId S 3d,ll Z1mm 00000 Z 71JZ r N O � O � Om < 2 mO< m ? Z ZU0 21qv, 2 0 m 0 mm xi0 0D • r 0 W0Z {- -. 300) >m00 ZmixU) 0�0 DD O O No 073020 00> 200 zm -0 m 0 mm 00- 1r1 0 Z MM N O 2 zz 0 O v) =(1).201 Dm -1 r m2 r 0 -C-C Om Wm m 0 � Z (5 o m nz 1W 0 m> 0, m 0m nm Z m-1 0 m m O >1 >0 0, z1 2 m 0 0-0 (1)11 D m mm -1 {m 00 U OD mm O ?3 m2 m Z m0 z 0 I'1 w „9F HonoaHJ 0 P1 m 2 0 0 C 2 W 0) 0 P1 m P1 213ONVH 3dId m PT1 2 D z 0 m r 00)0101 3 U) D 20 1,4I U)DO Z1r 0100 SON Z m{m-1 700M5 m0)0 010>0 w O c -m 0 0000- CO m W m 0 O co 0 -1 Oo DW DU m z 3 m 0 Z0 C n r D W U) W W Mu -ILA 'DODO_ 0000 Z m OXo� m 0 O y 0 O r 0 m D M 1S3a 131ldn ON Illi 111111111111111111111 .a H o AMNO S3dId 1V0Ila3A 2:103 z O m (1) 4 6, C 11 X1 rn-1 211 -1 4 MAI 3ZIS 3dId 0001 oom • ? N � G+ N 0mmM E- m00 m 0zz D r mZ r 0 DU) (/)n A 0 0101 20 C A W m 0 0 n 2I3ONVH 3dId 213ONVH 3dId d 3d).l D r 0 Z 0 omz 0 m -OZ W 23m m DZ Zm 00 0 mO D O mmM -10 m 0 m0 umr > -1 nm Ut 2M co nm xs Z mz- oo., Z � DD zz 0 m 2 0 00 21 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 i l32POdd A113 'ON DNIMVNO 0d03321 O cn o WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE MECHANICAL DETAILS MECHANICAL DETAILS - 2 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 JASON COCKLIN i# e'. 1 12750 a� Freese and Nichols. Inc. Texas Registered Engineering Firm F-21,11 File: N:\WW\DRAWINGS\WW—STD—DT—TYPO3.d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-STD-DT-TYP03.dwg Last Saved: 1/22/2016 9:23 AM Saved By: 02376 pO 31V3S 01 ION (n C c) C r D m Z r D 0> m z zum!) ADD Wrz rZ m O D -N m� X r mm 000000> Om O rrrrrO 000000 (")VIV)U)U) CALAN�- a)OACpNr i N 0 P10 Nm Nc Dm -um 0 U)- (1)0, ) - NW 2 C O-1 Z L/1 Li) 22-0 ODD *r0 Z r Z Z C) z o 0) x W X D r O r mom ?'Orn 1 N x 011 Nm MM O (� c Zm m L/1031/1 0 -ID * 10)1 DO Z r 000 r�r m m • 00) 0)N 01J m 20 DA c P1 (1)c D Z N ON113A31 8313V 1nONO 1NIOd—OW lV AII3VdV3 DTco U1D11 U1 Z D 000 comm fn Tl� O )17. mm 3m 0C C N 0 m m0 Z -1 Ox O < -oC (1) (AK 7;1 »m> �1ZOX �DKC 0O m '7C Zr A m 00 0 x10p m.<m0 -1 0 1)x DIC) D = 1 -tzN 2 AmOpr O o '7 m W O Z>01 011CD OCC -X ANO ZD O Z z j OMOm D�ym C 0 D m D O m r O" c0 m 10)11 )000 Lnx m' *r 0O=2 031120 N N 1)0 m O O A 11 0 0 PIPE SIZE (INCHES) "• --p- _- 4 \ \ \ \ - p --- - o A m r-oD-u0 711r) I N o D Z O O N 0 Z -10001 o' m DA' Nr 00 A W 0 m Z Co LLIM Pr0Nic-11 O0 C -i 0 C D r 0 O D+ M 63HSVM 32JVn0S „8/S l a) 0) N W N n3c TABLE D — PIPE STANCHION DIAMETER m N 0 mmm W ND m m 0 fD x 0 C T1 Z O II II II II I I Q- I I II II 31V3S 01 ION N 1 A CO A (N N I 1 I l I W N a) PIPE SIZE (INCHES) BOLT AND PLATE TABLE N O O a) N 4 \ \ \ \ BOLT SIZE (INCHES) Co A CO N CO A CO N CO CO A PLATE THICKNESS (INCHES) A (w Dom -om 0c0 zO m6 11 m 11 m DSO Or - z = m -. MZ0)N 1> O -0 <Z (nz U) 20 TO rC �Z - K 0 .I5 -To- W :C m D Z i)0 -oz oyor^� 0 11 0 0) C 1 -o 00 <C �1Dxrm'10m 017 SOD - Cc 0D •O_,r0) Oa7 00 KCrzTI- m z 0 1 000 No z >m°3 Cm 0 O D� Om rrn Dm r0) -0 X�i-riO =00 mo - DrnIm(*1K mc Z m DO O U)_OX2X U) CO OOWZrm.1Z O -. -I ��m U)Z(N MO `< 00Pp 0 Om m ZNQZ-OZ -D Z 1Ko_m' O0 D 50 O 117 Z mm202 O Z,D-1 Oi 2 OO KU) N D O C - O , U) Z xi 0 m x N A n N N r r (n C C) C D 231 n m z r A -0r r MKm0m CO -0 ' 0)D><r� Z Dm m -lin -IrOD 1N3WHDVIIV 1Vbfl.OflblS 3 3dA m '1 • Nr O Sd0H3NV N33M138 ONIdId (1 2 D r CO m U U LA N m K D X_ • :-0 00 D m 0 D CO m 0 0 HOn02fHl „ 8/£' CDA 01:J> O rrl zzD 00j DZmJ0 Z- 0170 OJ) Aro m0I KC 0 mm N -1 U1(n» O „>;=-0>> P1r-�O >0 K� 0P D Tr -u1 x00 Or*Co (OM W-1 OM r2 r A -1>0 u, O omox O CAC -N) -IJTJC0 >m0-0 CCD m X00) xC o-1 Z z 3dId NO S31ON 3dId „9 HOn02JHI C W 1( �A �O AZ 00 10> v0) N 01 Az m Z Om r �7 r O N (.W C 0 m 0021 1dOddfS „8/2 z o 00 CO 0D OU1 •XIm D Z 0 Z C 0 1) V 318V1 '4 310N 33s VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 i l32PONd A113 'ON ONIMVNO 0d03321 Lo 0 Io WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE MECHANICAL DETAILS MECHANICAL DETAILS — 3 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services a.LM NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 �1 �f}((1 JASON COCKLI°N /$ 112750 I°l F®m xCEN.55.1e�'•F i`/`Dias/zo)s� Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 File: N:\WW\DRAWINGS\WW—STD—DT—TYP04.d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-STD-DT-TYP04.dwg Last Saved: 1/27/2016 11:22 AM Saved By: ddh NId8a 2:1001J V 3dAl NIVLIO d001J 8 3dAl 0 < Z SD m U) M (n U) 0 O -0 M O 0 M Z P 10 0 U M0813 .06 O O m m M C ZZEF O 0 Z m -O 0-- U) r r m az, ZZ o OPi c Cm m 0 1/2" 0 D 2131311VI0 „0-,4 100-13 03HSINI3 NIVaO ?J00�3 31V3S 01 1ON SNOI1V?113N3d 3dId a2ivaNv1S 0 0 II 'a313INV1a 3aisino co AI A P1 < �O D m Z C O A 0m 1 2 1 m z m D z O m 0 0 A O 0 A m Z D O Z 16. NOT ALL PIPE PENETRATIONS MAY BE USED IN THESE PLANS. 0 (a CO 4 0) Ut A W N CONDITION 1 FROM I TO PIPE PENETRATION TABLE TANK EXIST. STRUCT. TANK TANK STRUCTURE STRUCTURE STRUCTURE STRUCTURE STRUCTURE TANK TANK NEW CONST. ALL PENETRATIONS GROUND OUTSIDE WALL ROOF OUTSIDE WALL STRUCTURE TANK ABOVE WS TANK BELOW WS TANK ABOVE WS TANK BELOW WS Q OR T 1 D,F OR K AS SHOWN D OR E B OR C D,F OR K D,H,J OR K D,F OR K F OR K TYPE STEEL PIPE I CAST IRON 1 DUCTILE PIPE Q OR T 1 D,F OR K D OR E B OR C D,F OR K D,F OR K D,F OR K F OR K 0 0 A -a D,F OR K D OR E B OR C D,F OR K D,F OR K D,F OR K F OR K V al U) N TI0 Z Dro Z D Om0 rr p r m O N Z 2D Z 0 D O mm (7Oz O O A7 z = ODCn m D N N r co A nr mmm CO X VI mrA 0 O o m 10F2 m.0 v O 01 0 '11 O nm Ul m D m O r • -r K C * 0 m� A 2 m m A 150 POUND STANDARD. EACH JOINT m u, D x-1 D C KR mm A A C C 0 0 mm _* 0 U) Z� 1 r- 0 O CO O ALL STEEL SLEEVES SHALL BE STAINLESS STEEL. Ln A (.I Dm M 0* 1D oz nm -- 1 C A7 1 0 m V m_A .AO11 Dm Az A r N X D 2 CTI AI V Ut = 00 A D O Ocn Or z Z D Cul 0> —Ix m< N z O r 0) D m • > 0`z Dm 3 M K> z rDAnm O _ NN D 0 c * 2 O K X m I— m o 0 -n 0 3dld 3H1 01 3Vn03 N3131^1V10 O m C mC O mm �0 0 Z 03 A A m N 03 0 0 IN CONCRETE AT AN EXPANSION ▪ N Z OC -1 OW O m XI - 24 'Z O O z DN 0 2 D r m � Z mZ m< .ADI A �D 2 A • -10 m D C 0 C m 0 0 Z D Z Z 0 SHALL MEAN ROOM, GALLERY, OR ANY SIMILAR zNr0T1 Z -VI C Z D m K - A1P1 0 mm -9 m 0c Cmm mc m Z - ' O • N 0, 01 v1 02 ZI0 U1 O A Om to N• A amV) m Z m v O -1 AI DPAI W0rr1 mZn V O r N 00 = A 0 D>0 rZ VI O _ m m mem c-10 m2 m 0 D 0 * A >0 0 O FLEXIBLE JOINTS SHALL BE PROVIDED FOR UNDERGROUND PIPING. z 0 m 1n S11VM 2:10J >1 11VM ONIISIX3 2IOJ SYYM L1OJ a 3dAl S11VM 203 3 3dAl Z 0 m Z 0 0 K v)AZm 00 m2 * Z A Z D 0 2 0 rm _(I) '1 0 mO v0 A C my 30IS HMV] z WDWINIW „9 0D 0 m N O C O CO CO r 0 m ) Z O m 3OIS a012131N1 31( z D r A N r 0 0DZ2 OFIZ VI Z ZOJ> 0A_- DmZ 0 Z zDN • m r • D Z (• n 0 D Z zm Or Z cn z x A -I Z = 0D A 0 C VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1 O 13 1 1oP0Nd A11 'ON DNIMVNO 0 033N rri rri O co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE MECHANICAL DETAILS MECHANICAL DETAILS — 4 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 ;gip;1 :SP1f}ill S•i •� JASON COCKLIIN % //yam —172-7'577Z" Freese and Nichols, I Texas Registered Engineering Finn F-2111 File: N:\WW\DRAWINGS\WW—STD—DT—TYP05.d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-STD-DT-TYPO5.dwg Last Saved: 1/22/2016 9:34 AM Saved By: 02376 a31Nf10W 1S0d 0 3dAl U. z 0 m N a31N1101A1 11,9'8 a 3dAl 031Nf101A1 11VM V 3dAl a31Nf10W 1IV 1 8 3dAl 3.-6" ABOVE FINISHED FLOOR DM MM -00:1 Mr, mKCpmD Dm ZW70�Z ?; 1 OO 0OZ -0 Ulm y0°)° Om 0U)_U7 —1 D*C)Z DU1 0—�= m m 7) _ _ A D O r- 0 0 m z O FT1 I B I jp � 50 r‘) _1 2i31VM SIH1 D z O P1 0 0 O O\ 9NI2131131 31IHM CO 0D VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1.01.3 i 1oPOdd A113 2 a rri n 0 J I N o 'ON WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE MECHANICAL DETAILS MECHANICAL DETAILS - 5 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 ��1 ;gip ®E. ?.1.I 5: �* O qS 11 JASON COCKLIN 112750% /ll c^" CxCENSf-gym e�'�' z. a��N ` ` t 01/29/2016 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 File: N:\WW\DRAWINGS\WW—STD—DT—TYPO ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW—STD—DT—TYP06.dwg Last Saved: 1/27/2016 11:37 AM Saved By: ddh z cn S3dId NOaI 31IIOf14 2iO3 SONIldf100 3181X3L3 ONI1df100 3181X313 ,8, 0) A 0) O UI A A CO A N (A a) (w O N A 20 18 1 a) A N Ol 00 a) A = D V O A? J- 0) 0) 0) N in V CT CT Co — A CO 0) O— A CN w (N V 0 O N (0 ..-• CO N CT 0) CA N (N 63i., O N CO—• -. (D (.l -. CO 0 0) -. (T Co —. -. C.1 0 0) -. —. 0 O CO b 0? M 0 . x. W 3 c 3 00 O O O J (N O 0 0) a) CO co a) O o 0 co C.I -• N A a) CN O A O -. - CA CN C.) (0 N (0 (.., N) V O O N A a) (.I N W O O N O m (.I CO ('+ V CO 0) (.I 04 U 0 (T O ?0 0) CD a) J 0) a) - 0) V 0) 0) 0) O Co 0 A A N 0 CA CO 41 0 W N O 0 N (T Co 0 N 0) 0 - (0 CT 0 - V A 0 -, CO tN 0 - C.). N 0 - •-• 0 (0 o) 0) O A O L N 0 0 * 07 CA i,W CO W N CA O 0 N Co N m? N N A 2.25 N O 0 2.00 2.00 1 2.00 iT 0 o 0 o 0 o 0 o 0 o 0 • 7 I'M ol":i" 'O c aYao "' "" " CO D. J a) O a1 (0 Ut !T A (.I 00 Lo J in O U O O A A in a) W co N (T CA 0) (0 N V U) -. N (T (N CO N W O -• N W N —`—` CO (0 A a) 0) CO C.i (0 A —• -. CO CO (0 ib OO 7 OJ L7 O N n '. w< pC pC n - - +�' �' .amu �' `)g. .�' `0 per" Si). S'•A N = O 0- V.; 9 N a) N a) CN O CA N N CO N A N-` 0 0) -. A N -.-` N O 0) A A A A Z 0 C_ OA 0. (n A A A A. _ A CN CA td4 (N CA W CN (N (N CN CN CN Tie Rod Length in. '831^1 /M AJI 3A — )(ADA A°ii 'CFO add * V 0) CT A CA N 0.00)>7020-�+\MK0-M z ' 0m TJZ(�_0 ,-,- D Z_ C'1AZ � D J000CZ)NDN= : —11 r V)C) A OAA 1- 1()'1 pmO N7mCC (D0 " r�TI�Z5 NmONN Z D m 20• K II = �w�o�vN mDom Ao m 00211 '0 0 m OD (n OZm ziW-I �Tlm 00 NO(/)ZC Dm • O Ao Am 0 A u)X m Z p -1 0p=-im W Z m =? x m 0C m m O co > OrZD10 OZ m z__, NJO �CO0m00 <00 x mm A w '0 -Z\ 00 -aCZ z mKnom CO= N mAo' 0 0 O Z T) '0 (1) 0 0 m X co O C7o on oi 'C0 N cno U) N M T ( m -( O CO 0 - O 0 - m • m O C �o O () Z No 0 0 z SS3NaVH H1IM ON13df10O 3181X333 ,V, 3dAl z O U) C) O z z O z n O Z Z lm O z -o lm lm C-) O z 1 it m D X of 0 T) 0o 0 0 O 0 Tri D D 24,001-30,000# co O O I N A O O O N O O _ co O O O a) 0 O I N O O O #000'9-0 PIPE THRUST SEE NOTE #2 ROD SCHEDULE FOR DIP TYPE OF CONECTION CT A CA N N S00M 'ON VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 i l32POdd A113 'ON ONIMVNO 0d0032I O co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE MECHANICAL DETAILS MECHANICAL DETAILS — 6 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services „In NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / C0R12313 JASON COCKLIN /yam 112750 7% /ll c^" /cENSf-am I/ IadD��N ece ' i..� Freese and Nichols. Inc. Texas Registered Engineering Firm F-2144 N_ WW DRAWINGS WW-STD-DT-1YP07.d ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\WW-STD-DT-TYP07.dwg Last Saved: 1/27/2016 5:31 PM Saved By: ddh -0 v, N -0 to Z N c, Dmm r r (n r_= 0Z- mN CO c-1 - m -1 -1 0 `2N m 0 ' M Z m , mmzz - 0 0 11 Z (11 g'_0" 0 CA 2'-0" MAXIMUM 2'-0" 1,-0" inm L-1,_--1.--1,_—_,--7,.-- zD O xi x (n > f< -I n Mtt m 1'_0, 00 70 K m W 0 — -< _ 0 Z W C N N -IM Z � m D - m zN m (n0 2 0 2 z *E;* r`. m m 17)* m m 55 m 55 r-0 3 C) D n m m ? m -<PE m D 0 m (n N — r 0 m _� bed D Q r z, O C Z1 m Z O n D 7) 0 I— m ND C a rr7 0* D W P= Dae T] u p (n U1 0 m A O NN m 0 m 4„ 3" O rm- o m 1"- =_i > mm rn T10 0 m_ -1 D 1 o ° . z* 2a . (n (Z) Ao m m -o m 0 m m VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT E10179 I SHEET 76 of 89 RECORD DRAWING NO. STL-21 1 WHITECAP WASTEWATER TREATMENT PLANT ULTRA -VIOLET (UV) DISINFECTION SYSTEM UPGRADE �\ CITY OF � CORPUS CHRISTIjFREESE TEXAS �NICHOLS 800 N Shoreline, Sn:te 1600N Corpus Christi, Texas 78401 - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / COR12313Freese 06 FSOPS..o OF. F®1,4, , JASON COCKLIINi /mm 112750 �� 2".• �l Fem oCENSF-9° ,- /J ��s9, -" rcPhone avzeizare and Nichols, Inc Texas Registered Engineering Firm F-2144 DRAWING SHEET NO. D7 MECHANICAL DETAILS MECHANICAL DETAILS - 7 Department Of Engineering Services ACAD Rel: 19.15 (LMS Tech) Filename: N:\if\Drawings\COCC STD C & G-WALK.dwg 'Lost Saved: 1/6/2016 2:32 PM Saved By: dks 0 wtl644 - 910Z '90 P'NI9M-0 N 0 015 0000\.6 31VOS 01 ION 31VOS 01 ION 31V3S 01 ION SURFACE & SIDEWALK SLOPE BEHIND CURB A W N Zm~O5r- 'go r m z or D 0211 m ago N-0 m 2 m m v 0 O= it N 1 mN F N Z o 1 Foi 5 ma U7 2 mD -1 m m0 .,1 yx 0 m D i -I O m Z - • p. O y O W m o ; o ou N i o -"t<11' m 9 A 247.1'5 A r mgm m fm O r O^ m _ 0 g O n N m mD m Z I', O m m m A A- O 0 0 D m 0 o m yO��oO5gr O Ax" mqn� yN��<-IOD 4mm Zm;.5i0 m5y00r1DV ,p IAD�Xy 0iY N1>DZV,AO o0A> <0 �-a5a000y0'1 p2D U,A <y n y Z o m Am Z moo ?oma yx3m241m m0-oc4z* 11'D m1=lrnz"1r ANcmxr x -y Dm m Dx 0 p 0-,� p510 21 m D4C0-1 r-HA �cros�m my()A Egki6 z A U, Z C A y^ -1O mo a m 2 2 � A 31V05 01 ION 31VOS 01 ION 31VOS 01 ION 31VOS 01 ION 11V13a NI-311U311AO aNV 921A0 111/13O BHf 3 ONINIV1321 )11VM31:1IS rn j// om 0 VARIES 24" MAX.* _ * QO2 0 D �ll z m�p z OZ 0 N 0 r 02151 51Z m mco m Q0 nor ZZ O o F mm D 89913 '3NO3 „9 'dONd ('dAI) 3003 031001 N1VM3OIS SV AVd 31VOS 01 ION 1IV.L3a 921a0 2130V3H .9. 3dA1 m <T A W N OACIC z 021'0 my ms -m ao 0 rn DDOZA r� pom0� I- u, 2212 rr rn , 0 ep�� %21512X51 mmz mmN v.' -=- WA N��-n Ov09oZmI -� 6 XGA:m r53 mnc,,m2, Dm mN W R02°1 -M- D 21 0 m0271,17.1%3> vnlr cz, • O t. Vm z p zU �F 1DZ:"o AIn;mmiiTcOTomxv�-nVA;mrmA moglm22o v• *yOAmo mmr 0mD fm651pmm .42 OmoP,V, mm-1cO r1��11m> ymx A 0D0A Wn5F1z-i px 2o_mrl 0' _ ID o �ompN z o mmcx ov oyzi c x.,13300 -i o -s (jmz m,xj e,nm m\ mmm,.4 xvyO 1N by x51 11 hl A m m m m m= 2 Z A m m C 20, OA_oar' 1 mZm 0� A 00r0 -O yy (t D mD [ri o < o r^ O06 ,+ c mm Zo90 i - DmN00 Ox Y A m O O O Z D' In-l� D Om 5oolo1 00 ;m OO ~ ~ f.yy1- 1An>mZ 051 m� (0I yx 2 051.. SC ED ',,,w m 0Ogjpmym x2 510.9 cm Orm5 rxmj10n1 -'22'› • �D munm zm~Ami 510 0100 vm c r O m m m o m m 2 8803 ONINIV13S SV AVd .r „ (fm -1021 _x51 -,n X m;m OO 010 D Z D0 p0 0 oo> pm -I.c35jrr- lm DmV� _E . 0z c rmm Zrjnm ZD - -<,„„2,1 0,9 W m ‘....Z z o F. ,cel 6.--. 0 O 2 fo4 ✓ xi in Piny, m D m �Om� '11' 1- O IA OOOD m A = 2 A m P -1 -1'35]<r; 0 0519 0 g=Nr DOr 515551 01 0omo m_1100 mmzo51v in A A in x \ (VARIES) 31VOS 01 ION 31V05 01 1ON 31VOS 01 ION z cm o zzA"D \/ O r Cr z m op Z •m —Ia O r Xmm —+a O _A. 2 1/2" 194 11 3/4" 2" 1 I/4" W 4. 5100 2mup1 0 r 2 00 Z Z m mA em nlmo O m W 11V13a 113.1.1110 A311VA .S M0138 310N 33S - z V -V NOI103S 400 OZ' 2A `r 0 2 CIA A NV838 '1N00 31V3S 01 ION 31VOS 01 10N 31VOS 01 ION 31V3S 01 ION 11111313 21311A9 '8 921110 ..9 11/31dA1 11V13a 21311AO 1? 92If13 ..b 1IV13a 21311110 V 821113 3S213A321 ..9 11V13O 921110 213OV3H .V. 3dA1 1/2" 3 (SEE NOTE) I I z O m VERIFY SCALE Bar is one Inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 10 L3/133'O'dADO 'ON 00 cn WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI CURB, GUTTER AND SIDEWALK STANDARD DETAILS CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services IIIMFREESE 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / COR12313 _ tE OF�F11 NICHOLAS A. CECAVA % 97391 W: Freese and Nichols, Inc. Teras Regslered Engineering Firn1 F-2144 co y 0 6.1 a1OM—ALIS\SDNAVLIC\MM\lJ ,al11 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\CITY-Water.dwg Last Saved: 10/22/2015 2:29 PM Saved By: bj ka i.1 O r SERVICE LINES UNDER PAVEMENT SHALL BE ONE INCH, INSIDE DIAMETER, MINIMUM. �D Du N Ot (n A 0 A Co A QC -i5 A2 ut la Tr o f o5 o A 2 n C A � o 2 • r o C A m t n x • Q 03 o Co CD 0 O A CO 2 n 0 A O 2 0 0 SHld30 N31 -M "Q3NOONVBV 38 A0 on 2 Aa 0 0 0 00 0 co o 2 ban xY A U A r 0 A r kr). y < y 2 2 0 on 0 , r 0 0 2 2 0 C m 0 A O t 2 x n p r Ym �a 2 A 0 • YA 2 A 0 n ) A 2 2 A i � �n O P 0 n ` i Co Co la =a on 0▪ caS v)2.ti R) on Y Y A 0 A n 0 0 9 pi mro° r A i ro ` A Co 10 AA 03ddVHM 38 NIPPLES BETWEEN FITTINGS AND VALVES ALONG MAINS SHALL BE DUCTILE IRON. O Y 31VOS 01 ION m � o O 13 2lonk a • o r- 91 a 2 CO A • O Z ▪ n P 2 • (9(9 yp22 -.10 Cl U) • o 10 2 A O x ci o A An Oc 2m,2o °2A a • x a Y x o S xn 0 2 A Y p 2Y O 0 2 A i 6•) / o A OAX O 0 V) 2 0Y2 20(4 Yi 1 22A0 • 2-Zrl (i)-1 A 2 r n m CO A p -31 v, A • A 0 ▪ A y r 6Y3 -- O pAr n (• -) 2v, 2 0y2 02 A rni N 0 0 2j r 2 • O • • • Y r N 0 P2 oo N 1 w N (.,a boa 20a Ol r ll r r m< r r Y O 10 n n'C A n ri9 r.0 Is �2 n�nxi n0 0t z -63 N A p2 • "2^A, A Y X 0 V RI 2• ", A� 2Q n 0.1 -1 —9 2 1A a r 0 CO r Y m o I. 2 Or,1 2630 r 2 A n0 to n r 14 1' A t It Y02 CO x0 on mn� 2�r-0 x1 mO0 m A neo 10 10 1• 2 ✓ O 3O V90YVIN/IN V 3AVH 31VOS 01 ION tti 44 rti 111 3SVON3 ONUS rn 20 30�v)Y AOcorc-1 O 2 U 2 r U pr1 r_13 A 2 A Fr., A 0 <O 0 p C 0 0 �(OA r t"xOO 62i) 0 0 0 07 A��og� n O Y n A r m 2 0 2 A n 0 0 a Y 21 O ax 0% A n? 3 2 2 O 0 0 • 0 T n 2a to,A a m 0 • 0 A A 0 6C3 an -0 Y A T to A r n O ▪ O O O A r =▪ ra0� x 2. a 2o�2m m nla o,c12mAa' 202'Apoi la 0 oAmi n 2C0 0o;3 0 0 C n a 2a2oCnj A • 1. Oa l-0 YnN rn2 n• ar,Yi ^x, M01313 S310N 33S 2 2 00 O ° 2on Y a 0 0 Y A t r FURNISH ALL MATERIAL, LABOR AND EQUIPMENT REQUIRED TO INSTALL THE 0=3'-0" MIN. FOR PIPES < 12" DIA 0=4'-0" MIN. FOR PIPES > 12" DIA. f2" FINAL BACKFILL N n 22 o m AO IO 2 i, A ''`D.3 OA An Ana `^A`,A AY 0 f : A 0 '-9 ^, 22 nF)e)2 co A n0 x -n �a1.. ; n, to AN 0(4^' c\2V0y = AP, HN it OL rr n 11 V1 O2 2 �A I �`. i =o ^, jb % N Gln oY m, o: , An N 21+1 - !-.1nm � O W,, o =� m Ns w � ooM Z' AA aa�, :' A ^ CAW '9 m AA02 13 O nTE,,a :1'11,220 ro„y n A 2a AO�mr C2A1 AAOr n m v, cnY,2� IA n On A a fir) 0 n PO s,2 °r n mo O A' A _ ti_8 -=m 4 — D T- P n O r-0ngm WE'o8 tiOO v0 1yys0Z=> AmiL1O �§?n0(vqMC Ni�AUon pRoA lA o =lo°Ago° 00 0E 6an2c°yn,v,20� o,,nq-X8Om ow AA oaligrOr�°� m 0 ar ;a10 Ann, A”, SAon�2"O, SA2 C0 m, basso-8,-ra, nv,opp Y -i) SO tC O A•• T10� O°2o ry p r,, N AAOAa O O O 29 2 TABLE 2 FINAL BACKFILL (GREATER THAN 12" ABOVE PIPE' UNPAVED AREAS PAVED AREAS Pgo OD e� Ob oN +o 1"q `Bb OO Ay 0 ;"' O 0 A n A n OA N i n 1'21 SNA `a 0000 %?lNi,O(0ii N �. + V,-,1.-c,O 00000 o00 n O'n bA 0-`1AEO 288 --PP oo�, 2 n ° A rc.D i° g 6? P 612, OA n 0°'1, (.. �.Y AA n -E1^ I U OmAp... 5 gx1,r i Nmrr yACNO ..akr,1�N G21v)v) 010'x, A� bmf ..r1.-'kr'' 'AP! A'' Pri OAO r1 -9v gr? -1'.8 ,, ° A0m�0 00 ^om°� mam p, v0mirrcinC1 Gbaeo S,n�m 0!`tt 2„§t 0 n S���O iY ,1 2220 � r �(n �n n N��� n ��2P- rico O %';')M0 rA =hr0 H t;2� 2Ae' =N0 m co n3)4 o 0 2A ro p A NIPPLES BETWEEN FITTINGS AND VALVES ALONG MAINS SHALL BE DUCTILE IRON. O Y 31VOS 01 ION m � o O 13 2lonk a • o r- 91 a 2 CO A • O Z ▪ n P 2 • (9(9 yp22 -.10 Cl U) • o 10 2 A O x ci o A An Oc 2m,2o °2A a • x a Y x o S xn 0 2 A Y p 2Y O 0 2 A i 6•) / o A OAX O 0 V) 2 0Y2 20(4 Yi 1 22A0 • 2-Zrl (i)-1 A 2 r n m CO A p -31 v, A • A 0 ▪ A y r 6Y3 -- O pAr n (• -) 2v, 2 0y2 02 A rni N 0 0 2j r 2 • O • • • Y r N 0 P2 oo N 1 w N (.,a boa 20a Ol r ll r r m< r r Y O 10 n n'C A n ri9 r.0 Is �2 n�nxi n0 0t z -63 N A p2 • "2^A, A Y X 0 V RI 2• ", A� 2Q n 0.1 -1 —9 2 1A a r 0 CO r Y m o I. 2 Or,1 2630 r 2 A n0 to n r 14 1' A t It Y02 CO x0 on mn� 2�r-0 x1 mO0 m A neo 10 10 1• 2 ✓ O 3O V90YVIN/IN V 3AVH 31VOS 01 ION tti 44 rti 111 3SVON3 ONUS rn 20 30�v)Y AOcorc-1 O 2 U 2 r U pr1 r_13 A 2 A Fr., A 0 <O 0 p C 0 0 �(OA r t"xOO 62i) 0 0 0 07 A��og� n O Y n A r m 2 0 2 A n 0 0 a Y 21 O ax 0% A n? 3 2 2 O 0 0 • 0 T n 2a to,A a m 0 • 0 A A 0 6C3 an -0 Y A T to A r n O ▪ O O O A r =▪ ra0� x 2. a 2o�2m m nla o,c12mAa' 202'Apoi la 0 oAmi n 2C0 0o;3 0 0 C n a 2a2oCnj A • 1. Oa l-0 YnN rn2 n• ar,Yi ^x, M01313 S310N 33S 2 2 00 O ° 2on Y a 0 0 Y A t r FURNISH ALL MATERIAL, LABOR AND EQUIPMENT REQUIRED TO INSTALL THE 0=3'-0" MIN. FOR PIPES < 12" DIA 0=4'-0" MIN. FOR PIPES > 12" DIA. f2" FINAL BACKFILL /AiceA%, /\>\ \>%\\'\>' V •. A/AA VAS \% ,/A //\/ \\\\�� r\\ ��\�\LV-0" MlN \\ ;:\ i�\\/ DEPTH VARIES (SEE PLANS) (FOR PIPE UNDER PAVEMENT) \ V,O bO•�n mo`01 Vi I i n i m 0Yn2N rTho too ro 0 0 0 ii ,0O' 0A 0 O• A 0 A A a n A O 2 0VV) 10 0 A 0 yO 3,10 �a Aco ac sA 0nYj n° 00 2� ",Y Oin r0 Onj 2a A r Y A 0 A 0 x 0 Y y 1 i A m y O Yn �n0 �co 2 22 on 214 m 2 t p �0 r0 Ln 2 O T t r ▪ cu aCO C -(13 2 m 00 r 2 "Y, n 2 t 0 t A y 2 ", r "0 A O r A 0 A , O CIA 02 2 0 2 21. a a0 00 0 2 2 ni n n p� 22 re' Y O` -C Di 0 0 A y t 2 a m n A 2 0 A nO, YO nY 0 022 000 • oA AA T as (4 Y as Y 0 AA 2A a0 o0 22 00� 22 � Y AO 0O 00 pA mm OU) 133r Yon COr t ko y2.) 0 i0 VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE By DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L 1013 i l33POdd A113 'ON DNIMVNO 0d03321 rri co O co WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI WATER STANDARD DETAILS WATER DISTRIBUTION SYSTEM GENERAL NOTES & BACKFILL AND EMBEDMENT DETAILS 1 OF 4 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services .1M NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 7,1 lAr 'f 11 / JASON COCKLIN j �o112750: ; 11 P °® ;CENSE--m 4 1111S ;704164.4;04,&_-,_ ave/zmg Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 A11 \SoNIMVHa\MM\•N :a10 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\CITY-Water.dwg Last Saved: 10/22/2015 2:29 PM Saved By: bj z 0 0 0 m 038 30VN/V90 m n PLACE 2' x 2' x 6" CONCRETE BLOCK. a 5 6370H SNIV2I0 -rte 8 a Y 1 8 � v AS SHOWN ON PLAN o 2 1/2" z V 8 k 3A7VA 31V0 „9 g x' m 20 o 18" MIN. iao o 2'-0" 30/5 13381S 31VOS 01 ION ti 0 O 0 a tiaa 111ti CONCRETE THRUST BLOCK BEHIND On V 70 N A S.. N. A a — o 30Vd08fS 40 {N01108 O 9 t MIN. 3'-0" MIN. COVER (TYP.) 4'-0" TO BOTTOM OF CURB & GUTTER (TYP.) a 1VOS 01 ION 0 i a 8V7700 31380NO3 /Sd 0001' '0310N 35189 31 'NMOHS SV 7/0S // VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1.01.3 i 1oPOdd A11 'ON WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI WATER STANDARD DETAILS FIRE HYDRANT, VALVE BOX AND LID 2 OF 4 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services .1M NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 1 ;gip®;. : File: N:\WW\DRAWINGS\CITY—Water:dwg ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\CITY-Water.dwg Last Saved: 10/22/2015 2:29 PM Saved By: bj 31V3S 01 10N 31VDS 01 ION N �O -.=ONp 8M22ppW0 § tii y A^^,Aco 0t�oi� ovoik`.- A^A2va RHoA2'„ 41 OC 2p�^'-H 2cA;cO�U22n Iii ns '2n�2'2^^0 am=?vi�oo�om �2 n"'nrni� O�. °A°IA�A�O O n o, ryv �m `^ I A 41 ~0 At''Am"tcni �px��an=On^Ai I3 n2 2( nines r't 7rg;1Ar rn m^1m2� 4 c-',.1 �2��mx ° �2nvg7�� a o " ^2 C;19 �,�o2�5,n2� � 1�=2�ryc ii���yAAacmj�r mcg Plr(T:� 2P °n:;"1 i� it n m ^ � �� o2��1n 0�'�i�ho°fin o ` tim �a=o0 c^Aox���n�� _ 2om�A2 1:- ....'111, yA�yAC2 Cm AyCr^ti rn��"rA20�1 r^m 1`k a iiAd- h no22�§A° •f, 20 2'.' -e np �ya�'�ina ° 2 \ ° ornOO A n 'Piali '2m12 G s 6'pS0Am �',',CO0�1a1 2 20�A� 20' A m6°2n.n . vcAi z nRm a: m 00 0� 2 ONI7d/h A78I3SSV N3S18 „d z 0 0 L0 m z 0 0 N 0 13 po / -"Rz °r rr..��2. rv1^1 C2„ C5'02- AO ° "I - �° n m ,,.i no- 2r,, ^xiyrntn '�70 U Cn0i^TIj 1 C0 �„C .12'80 nom o ^+oov2o A0 om ,�mm 2°2 oyn moor„ �m� .- 2�a$ 2°o= ?moi .�2rt1. y r. "1 ;=2 !J RInA rn220 ,q cl2 0m2 2� Aa nO a,,2 h , 2A vtgry A n, A Ai A — — m A o2 31VDS 01 ION a ti a` o n m n vcirn'r0�0 Ani9 r�2oajA OCR �^+� ^t�H U2ar .-20 4 OCR -O �2 2 a02 Onr ?SCS ��2F 42H n2 °A Atnj rOcnj C� crxr22 „'^a 2� tn0� °C°AU tnOOnm ADn 2° r1Ari� n2rn� m a'1 o� 202 002C�� o22 too tni�m n�U 2�G A?mA� °2 Lo Cp°� 002 AOR 'r a orn ="oo =2� A''2 om" rc c1Anm (nr. ooh 7331S 38 77VHS ONISVO S 133b'dS ONISVV DIVI8 ONN007 HLM VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE By DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6L1.01.3 i 1oPOdd A11 'ON 00 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI WATER STANDARD DETAILS ADJUSTMENTS, CASING DETAILS, RISER DETAILS & TYP. VALVE LAYOUT 3 OF 4 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 1 }ill 5 : * 0 JASON COCKLIN % 1.pt. 112750 111 FS®;CENSE-�� 01/29/2016 S. Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ACAD Rel: 19.1s (LMS Tech) Filename: N:\WW\DRAWINGS\CITY-Water.dwg Last Saved: 10/22/2015 2:29 PM Saved Sy: bj 31VOS 01 ION 0 -50 O03 ,„nN aimmo anD g 1s1 y AOI g N/VIN d31VM z 4311T79 ONV 8d03 31VOS 01 10N LL COMPLY WITH A.WWA. C800-66 AND BE WRAPPED IN POLYETHYLENE. 3TvOS 01 10N ti TWOS 01 ION ti NIV01 213110 331 30/Ad3S 3N17 .t1d3dOdd w dOlS NOl1Vd FEMALE I.P. BY PVC COMPRESSION. I.P. THREAD CLAMP TAP CONNECTION 31VOS 01 10N O d311n0 ONV 8d VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 4 0 c 0 00 O WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI WATER STANDARD DETAILS MAIN TO SERVICE DETAILS AND OTHERS 4 OF 4 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services min NICHOLS 800 N. Shoreline, Suite 16005 Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 ..1 gip®;. .f}ill JASON COCKLM /tea. 112750 r�% /ll c^" ®;CENSE-?;:`ti II N e�` i 29z^ Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 o NZ 0 A �• �' a NINI 6 G Oo V ul :rte .ra h -. O ;0 Oo y fh $$ (n 4 W N :'• 4r)'pt G y m I. r. rn ZD -Ni N 2 r�sl ra- 2-- O A 6 F [7 [7 q k 0 1y 0 0 h z �v ro- m -r cm 22 O❑ 0 2 rn rn r 2 { ' =t r- C] m -� rh 2 b ~ D D r�* - 2 m D N 8 m ~ m q E CT C,Zj r r Clk Ci O q $ N � 2 zr b<n R Sa ar ti m �r q6 DLI C] A 2 D -� h -1 ❑ n X ° N NI h 1111 Cl 54 CDn d mx h C�iq ,� fer yD z h y2 oi N 2 �' 2 ,✓`l Z Z A yuY a3 (677 m ° 2 � Z ° O' IyX ° Z L� O C7 ~p il HP 11 2 z Ch b 2 0 -- Z Z N A (n V), fmI� cAC D x o a S 2 a 2 �r d r`*1 h r*1 a- Z X g p N N b O y C O -i a 2 n�yqr 2kb V`i t �n� ~ 22 d m h ShI!Ji iiiP ,,,..1171Gx1i kb rm- r9 -COZ o mr� co yH; l7'N D �j p . p fy� 2 ^i � �y m p li HH V 2 PP'1 -8' m A S C3 r .tit4 r r- q nn p fe�p -i m n1 2 yy C 2 D D C q p yy --4 O .7vs �j C A y S m -❑q F 0~HP 71l p A Z �' fi U7 C] i %ii rah m :.a C❑ 2 Z'i wiiliC c�aAnhi _n �z r? P up corh r9 ^ice 2� co 2oz r�,a2O2 rCC,,•1j�m4 qn z �g A�1 z q rN p•, M 00 Co r9 hz h2 sPh rn b n m� q �� m D -i GnC �P_m� Do N rnb 73z x z-( Z O7lr 4' wN V) ,, rn 2 xm P"'9.. x'� 7] A z 2 ';^ F: N m %• -mit r 2❑ S d O z Ln ni . ❑ � 02733 c7 gr:-:fTl 1+7 � 6 h � r~- i rA C] � b 4^1 -Ni yNy 2 N 'i PDP-- 77 n h y2 C Q CT] os CT 1. p a O C]In h 0 P~ a rn m yy rn '-I m 1-1 O FM �h ,ry P A q m Alr Z 4� a z z 7CJ 11 ❑ Cq ma 2 rico 0 h n� D Z D 2 2"'i b n, r--: N N m to q me m h z '�1 O-‹ P� oh =? C -r ❑ z P'T d m a v ++k •.>. 7-z p ym a N cu� C2] 0 a 65 li �1 D M -i. n "q •o Lo C)h rT��l )0 F. r m z r' m N z 0 c 2 vli c 0 2 S0y q r-$ PAP1 h rn h -q.1 co rn os rTl N ❑ 'C d Z ilZ A //,,��/�' !1�/� PIPE DI z or, r^7 'Z P"1 d y h (� r P y TZ"a 'r 8 r, C) h 4 o 6 :' a p z Ni b o ern • _ n n -2 'i a r fmif c2] ° CD m 't V ;c N N avi % d1 '� i �,�_� `�. �,••aT'� 1 �, ` � 0 �' 47 ,l -s. 70 xi r+, C1 2 - 2, E z F E v rx+1 ¢ r�l� N d [1 r�•r h' C3 fi C7 m b "TNi rr CR q Pi D x r 2 y FAV:22 N b 2 h D MI -i Pr"1 r" . 2 z ryCj Ph Ci A _ --i 4 A7 2 b a � A D t r.1C7O N D N m T,7 a b ° DC7 `a� ^� I� •i a y� . €9 .. N......z s r� Fr Q `.. . R <t4 FT. DEEP ] !4 FT. DEEP y � ^r D C� C® (y o h� 55 * yI.rhx rNA q ZLb rn d0q 0y --i Zr-y,�]^� or, ra n7 D•77CCas S m 2 \ D r 2 i 7x -i --i C] mn q I'+1 rn C O A ❑ ©rcrJ (5 2*1 ro N D q 2 N r~ry Ny ❑ D x f] •may r -� h 2 4 c (a3 d 0 0 CO 2 2 o •fi VI i h �i •� ;« ^i v �h b -1 Ci $ A I O rz*I D rn rmry +-. 2 p If) VI N a O y d -x-i yy m0 O rr+.�1 r�•I N C7 x m m rn Xi D -•� en b h y b :il VI Z [n r� Db m q 'C I � h UCTION: ..--s00.-- `A i �}FByi 4. H '1 u ♦ NA rn 2 Q TT --D a x rn N b �-7 � r�+� y $ r �r�77 ❑ q 'a 2 O C.e rn 2 tp r•1 Cali 02 a -❑-I 2 rn 2 Cr)C[Il h rh X D -{ C ❑ a rri ri Z r O q rrrl C1 4 0 6 G3 : PNS q h'� - �, � :� '# I#hi N'. 1� S i+i 7.i t . ♦ a l "1Id-C] Z O a IV Ivry �7 �a7 Sn n D [j A R A OO Q rhTl Pad y r*r 2 r*i Z N ` r` Vi 4 O al O 5 rrii 2 ' •i AJ [] C7 fi -" A) d b p Z 2 -h-rtj. -r r2^ p rn iE S^, ry 2 Zi 0 2 r - h . .�7 Iq Et z N a 4NNOLE RING/COVER NORMAL SIZE rrorl O 6 0 D 6 A �, ❑ nv a h h rn 'nom 7. m 9 X 2 M 2 rn cm) rrl Z en n Dz O P--- 9) P_ r a h S� �' , .� ii n,, hg �y �$ No �o tM z9r. S nA b r9 0 1,- tO rn a m y u`a+n22Z2r°p 0 'y m 629ry W'i O r°� T� -IOU' 4W a q Z'1N rn 0 zZZor� Xa qD 0 A,2 z$ Oz)m .410d 0500 en d,g� r&r*�-31 ""2 Ih Ci m rr,101A{p� [�i q� TI DClye.�`P'i} f2+��raZr.� Od AOm� nNQm Clez . '60 (0 as. z� C'mN a a z r'�•�q r rXm --i r'6r 2 A ❑�V2 D '� 2 6�*a1m p aFXS'r-} 0 pi A `' - 6 A 1 m h 2 X O0 reNiyZj �� On �� 6 _ 1�`_ 1 �$ NV N rip CI„i rb z-,1 A zm'�r.�.F§.Z ?an,.fi a Cn0 -0 -Ni �n rn p 7 -TE 10 P1 rel tn -10 ras rn 0:1ow 0 70 2 CI bo�Inca m c« HP �' II s.�' -�-n. _ m`Iro t � 9 .;_,I m r 1 000'6 m 0en • op 572 11 �6 • . --1 tori NS r*1 I� - P rn z ch , NI i rn d ril z0DIk.4 t7�_ L U � Ci r 4 ki 0'1q �� . . ... VI Z i N ), •Y '`$ —•_ Y -q 11 4 $ NOT TO SCALE �ES a D Z Z1 G+ c 4 r i°8 III ita It ,I i of _• :• Qq m D 6 CA D .'p z Oa -ai 171 1rr��naa r"rm •lirn co r� ���..' sr �'• m m max„ Q Az -tiz 2 ��'A0rri 1- �� a I \ o �y yx] 44 � c•., N s r�s�r mCI om' q r n'1 r'i r] rj KAp�2 �h +-' x''''c' 4711 4)4 � �mO cixpq."Ein � T A c mr4 API -4a we '� N CfIy :# co 2 z2Zm810 0 r•1h Ra y V9 22- -i .<0Q Ns.. -,,Qq z- 2 Cm a ry �an-rn x •:� _. 'r 4 F crrn .,I Ln my z z N Q A Q an'n o Y AA y go n i•1p © p a0 O rn -n zco 0 8 Z C7 [-� Pte., �1 • r r"lrn W 9 r kq,0 A r 8 zn• zr�•1 C2' vi ON m4 m qr`a m�N-r C7 DOS Ilk rn co m a9oa ;°--n�W�"' ca�ir*i Qrn "0ll � �' Gam] C7 91*ai a D h rn-i',017-1X � C ira 4] a N �gi A5 z •y P- h C7 n 2 m -i a i! rbc^' pr_�N 'ZI �° 0`"1 c o qpm b �l rn 4 �0 yi r►r n Cmc h z r Jaz ;'. m m 0 ri 6 -t-lr .T ,2 t7e 7/0/09 C.F.D. RE7S/0N TO MEET 30 TAC CHAP 217 (7C 0) REVISION NO. DATE Bl' DESCRMPTION REVISION NO. DA T€ 6Y DESeRIP71(NJ an' PROJECT / E 1017 91 SHEET 82 of 89 RECORD DRAWING NO. STL-211 MANHOLEa INSTALLATION CITY OF o ,..,..,, � _^hod %_a I �;'W�^.% \� "i;;. '`""' • * %1 '��hk 'a3► „44-1, �' CONSULTANTS SHEET NO. D13 CORPUS CHRISTI TEXAS WASTEWATER SANITARY SEWER STANDARD DETAILS OF 5 DEPARTMENT Deportment of Engineering Services --, 4 PI (. N , Z?n 2f a4' q,iti .-ti 0 rn aI. i0 rn 0 r rr„ �F. r7 Un OA fry 0 a 2 I.y-i I. h \i l N b a a c.. . 23" 01A. DVER SECTIL cn 1 A m r,R , 'D rr, q)0 :211y Jf -4 - 2 'ti2 h 2*f r4 o b rq'1 q O Pi FS- q r*1 ill �► 2 MANHOL isC.11 0 L0 Lr 4.13 y D cnan — O D-- 9 `1 !"*1 4 y a -y y 0 c • >� rri q D try .-1 Q 7 y Z • 2 U' 6 r VG 11 COVE 4' AND 5' r'q X11 it ` - A q y' a O CI (A A q- Z 0 n .� .J11 "('tet i 4 c� fl r 0 EAST JORDAN IR VI430 CV, V1420 EQUAL. (MILL COVE A:i id t ti w - _ ° a 0ti 0 Oy y y2y a A. y Zr�C ml y rm- a 0 IA 00 rn 01 0 Z.- 1.11 RI ki► Is ZI \6 o� uao 0 rr:{i 4 J/2" na^hi n m 0n, y moz a A y a 0 2 ITN 30" OPENING MANHOLE INSTALLA NOr TO SCA! <S, INC. PRODUCT '1 FR OR APPROVED '.S. INFLOW INHIBITOR) a) i A FrJ . I Q inivAro 0 • PER CITY SPECIFICATION o •, Ir. LA - 1 14 e.., '77'z rn 1 n 2 A A pry C3 )0 pRIi.� A D rt 2 y`Z ,❑ oma 0 A Z rla m D a yN II CA Z 11.1 21I Cil 0 � fl11 v O W an va Co r - CI / / TOLE DETAIL 1.4. it rn ig R i yy yy y p ix E RING & .��" .«.�. • "'1=fm 1- 0 LI --I °'1 rry a 2 •-1 ; P P. r1-11 I1-- ---f o- ay - -0 D mer - Cr 2 01 - y� ► � �gt'mn M 6 Di Mk Q � x Z°n-IO "'h iil Tao perr (A r0'iA 06p6q r-"12 OVER NC COr- Ct - � �� -a II a - ` *v ;ice mz 0 n1 m 2'n„1mz o n n fl C n e r•r-, 2 h m W, L - e fl 4 1/2• x1Y���'0NIP ?z.3, "I P avF) 1 c A u,rUli0 z a Ill y 0 a w N -.. V) a M 2 -ii C) r` Z y rrry -11. 2 2 n Z � rx'1 y r,6 rx�1r~0D ajla0 62]p l AI A 11 r. I 6 [ MANHOLE 9. APPLY NON -SEIZE GRAPHITE OR APPROVED EQUAL AROUND ALL MANHOLE RING & COVER, PRIOR 70 INSTALLATION. 10 AASHTO-M-306 (LATEST REVISION) PROOF LOAD TESTING 1.5 REQUIRED AND SHALL BE CONDUCTED IN ACCORDANCE WITH SECTION 7.0 (40,000LBS.) AND INSPECTED IN ACCORDANCE :OVER WITH SECTION 9.1.1. RESULTS OF THE TEST SHALL BE SUBMITTED TO THE CITY PRIOR TO INSTALLATION. 11. THE INFLOW INHIBITOR MUST COMPLY WITH CITY STANDARD SPECIFICATION SECTION 027205 FIBERGLASS MANHOLES, 3.D. INFLOW INHIBITORS. THE INFLOW INHIBITOR TETHER 1S 3/16" BRAIDED STAINLESS STEEL AND 1S ATTACHE/3 TO THE INHIBITOR WITH .4 #66 STAINLESS STEEL RIVET AND 1" BACKUP WASHER_ THE TERMINAL END AND EYE ARE MANUFACTORED FROM STAINLESS STEEL_ THE TETHER 15 BOLTED TO THE LIP OF THE FIBERGLASS MANHOLE, NOT TO THE HOPE MANHOLE ADJUSTMENT RINGS. 12. THE MANUFACTURING FACILITIES FOR ALL PROVIDED RING/COVER ASSEMBLIES SHALL MEE7 OR EXCEED A ENVIRONMENTAL STANDARDS AND OSHA SAFETY STANDARDS. CASTINGS SHALL BE MANUFACTURED FROM 1 MATERIALS. PROVIDE CERTIFICATION. d$ nvyrrrn y nrA•e�r`hi ,6„'IS �y ip h zy�7tA , 0 0t) r0�la rnxj a 0 00 --48 S0, 0) Zr%14Ca C0 r y ap y' -I ''p z y p nirA omxV mAp r. y� x nm r m C xa?V7�D 6m0 Ab _1r-. 22 y rr- 0ng0z aSI2 WI 0 4 O *q fl6 2"')0� 7--a 6�]O Op ZO 2vCi 'ASm b2m °;39 Ami r 2� 2� Aq� C C Cy ''rte- ca i --,s 1 zi,z xjACO $ y 1 y �A D mbpm �flQhCj42 x� DCr*I i Cf; x Ii �l - n OO Ay l �► ilft, CI CA lfL "'i 1 Po 10 ` t t a 1 m A I fix. a -o a t "0 W ,. o fl rn �, d 2 2 0 `I 2 r 2 A1h - RING & COVER m o 0 rn 4-1-c c- n~ 6� n ' Z-.10V1r MMS'- a2 4 y�e'yi qOC o� ,3 A yyyn r a,a ,-yr zm 2, aatin 22 -Dz ny to 47 2 n0 ~ .a zxr2 -, Or- C)A2 mhp 2~4 d om MD z m yri a -< r �y 4 " rel �,, �I'�1 '� V n � � l p n a -. 4 `C e y a 2 a INHIBITOR r- ba Aym W m N fila, R1 11A irti 111 ►.. ei • NO BOLTS ASSEMBLY COMMENTS rn F n D -c uria 1,1 - 7/70/09 C.F.B. REVISION TO MEET 30 TAC CHAR 277 {TGEQ) REVISION NO. DATE EIY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 83 89 RECORD D AV5I; STL-211 CII Y PROJECT E 19179 RING AND COVER DETAILS FOR 30”OPENING FOR AND 5' MANHOLES CITY OF CORPUS CHRISTA TEXASten WASTEWATERto s a - — -' _ �P ? • Pd \9 '+ ; �, -v.,4,-..........--- ►e;...� = .. *SII +''� 'la) p '^• - ,*4+•" f= ••....- b 0 0 SANITARY SEWER STANDARD DETAILS 2 OF 5 2 ""'" DEPARTMENT Deportment of Engineering Services S W O .' gal -�I ..md !1" q 2 33 RING SECTION NJ DOVER SECTION r ~ 1 1/4" ..,.,c) !} it ., � � � !14. RI Spm 11 P.,E; 0k,.... ;- � _ ` lir ,„S,,,,,..013 — Cr N. NI x r21 41Ir ill Z i ;1 cliX11 C) lin Q s e CoA' Z1 ..1a mo -61 ''� rziIN CUI' n AA ^ V s -.. k I �a tp '�r y� m xn 6; d Fri r- i, ir z .,Enk WOEM USA 1 C3 ' Z ..• 59976900 #. -. Na fl2-.1°1 aASC� a r 21 11O/DAY/YR • �= ' q 1.1 ris 7. N1 O hz 0 67 N v1 -41 � 7 9 CV y n { 11 imte Lar 'A)I a n Yc+� ,A°aY ' ' o� RR k- 8 Fri=I Pm�� t:''P " 3.-6 -- 9y NAMES 8 ---M F 0 • a0 c'ii- rata Ili X1 2 Q.. 7p�ll 4 '\� . qq � nr 1 i �. 1 11, . } - • r Pl.. O R FA C Z O z n 2. ml �• 4 �., !► ,may + .. . . [Alp 'Ncs.*Ns-\ 1•1111■0 11 ki.2„i ^1 [f I11'? VN' ki Cia�mn �_ff .I O[p�-a p ta 5 , ly VARIES -4 4 E.[n 4rf • z a;; , w y" '� 'fir a w Q K N{n 4.1 in 53 ''' ,-z r ,3-4 1+ <Sn pA�. ,r_,oV'K,k 51 pK, tn i i �i A� 1-H ti^nri ' z e a �' ou nr� An "� SI w c t" k 111 m y ©i' n-,,,,,,.=.-... n c =' W4 -V 1:11.n A� ° O M M� i'��� b ,. a 2 � O y CI P a O lJ yy, n rn R . �4. 1 i a Fa is fin .t3 uiIiuuuu Ili r $ r., .... [r) A3 mmun� P 44111144. R- ct 22 HI "�,1111 a p_4 � rona ws 4 Qam.iFi. ma-a0.N ,16 IiiiiiiIrr AllibliP n Ca h . vir Na G rt rri 4 t °A zn"d �� 0 3, V) I M M 1 1 Uc. 0o m° n owl gi g 9 i� a 2 !ERE 2 2 I A IVAIIIIMT U606(36 00042)CCOOGO �� I � rya v o 0. r. z z. Yr�+P. n, . # rri 7/10/09 C.F.B. REIRSJON TO MEET 30 TAC CHAP 217 (TCEQ) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESGR1PTION o SHEET 84 of 89 RECORD OR4W7NG NO. STL-211 MANHOLE SURFACE PROTECTION ' AND AIR RELEASE VALVE DETAILS CITY OF a ,' ,9% V r° T�rn !!!::� 5 - '1170.131r4:1.2.*-;„' `�\. -�.- CONSULT D 15 � NO. CORPUS CHRISTI TEXAS _ 'WASTEWATERs'm SANITARY SEWER STANDARD DETAILS 3 OF 5 _�, DEPARTMENT Deportment of Engineering Services 7 •••. /.....7 •........%•••,•i y. Y .......••y Y 11!!!! IfTIT11T--II • �.::,ra;: „pis.:; • • A Ob m 111111 III�II!iG illd 378VM011 Ill! 3 PR •R:E li mui 0z5� oA m omiw Aa 0 02N m VARIES ONVB 13315 SS37NIV1S A OW' 1 301SN1 LA 04,-12 OAmC A O -0-.0T-C,' k Y Cry0OmOmo A 2m•AA[ °Ag<mt mc-0mmA-.-�opbm 2AAO Y°omD 2 en 02 E "Dac �zrA2 znc 0r V) 0 �Z r r0 0 2 W N O 5)OJ O v A '- a w N :- TAM 30151/10 A8 03N011213130 01 OnV211NO3 la AY z 02-1 AYzz m Nb moo 00'1 2222 0 ;n moA mAz ZAz m0 ',000 2 00 m4 AO <mA z dog So noA 2cn MA; z M° A0s 000 o�AY o°n< 9.(512`,.:^,m§'mA 0,-1--,A-• �f r PR:, --I ,,p zKr A 2�0 r n0 aD mND z m mA2 p 00 2YrY,tp f v �0 cn O� r1000 i 00r2 jsp Yy0i Nz-0•I �m r Nm r2ry Wo r1Y Az -loo oYOD Az< O_O .y Yo AF 2 11b b A o0 m =m �02 N� A AA <omA NN0 oA r.\y.�2A ZA A rmA 2�0�= tiC2 mo 2ntny Alt. -1° Arbt2 2?N Or<'Ia D 2Al 2 nn AO O N CO O z°Y N OA mOA 2DN A�OM01 =iAOY y�b �i 2 -EP or o 0)4. D N Nn 2mo Zz '',ACM MtZ2 y20 ',Tim "mA 2m m mm2 ti NNp 2r mAA �Or N rA.t2 20 2D12i1 mAA r- ,-, FA 020 D Y t? I -C n rY Aj +. n 2 Gr a y y y "0" , n 2 r., ry ne '. O t '0 a A 02 Z rh try r*t r bad t, y 2 yb O A� 2 Orri y 2 C 3c 0 ~ p Z yj o rrIZnz r y z toa a r- " y i a y W bCri 11 i N NII "1 ° b ❑ 2 d L? Z PI n. mr'' 4 ', 0 2iO w v 6�cla Cly A nary S O 2 w c Z i 2 6 to Cm 2 b TM y s rI'--- y b 2 A N M- AQ t A czT , 2 d Co o cto S i r1 m AY0 M mob b 'fl U "' e 5 2rn?.-rn[�r�m k+2 cnN A bL1-0A ; oeZ z' zqyo r y 2mb "yam i 00 oc ~ 2 C7 yy t7T rPii -., a r,, M y I. b y bra m ,h,' PI a b ntO 0 , anni y.17 I 1 I ii ;+ y A aX 2-4 - c m r d � ' a \\\% Iw -s MIN. _ t A ---1b g. 2® N r a Dzi( 04, m uib y b10 Id 1`1.I z'�i� r- r. -R rviIC a kil 6 3v II MI 0.0 y� �14 !NI 1/ 1.1 'A A a� �yF C�x7 ti) yS 2� 02 O Atiy SCO , 0X7 b 0 lira_ O 13 +mr = Is F" I!'; iT' Ch d (7 Q 6 k '-'1F) '41 Z 1140111AL CI ..: Z , . 117 0 t .c as to a- „ti ��to , yrn 14• 0-0 oa o - f cii,-1'8ate *al*jot © in A� A Iri nal, 0 xO ��a y o ^' -1y y �* CI ■�! b , 6A ,.0'1 OT, a Ika I 24. 2 6 A �0 ;11! 14"�J 1! ayy ljz rrin •1� z r y '- 2 �" "' 2 ZI-.1"I 2 e�n'1>20 x3 ift, xi=+1ZA '61 Iti A D'0 A �r 2 A' a n „7a r11 2 ion 2 o a y 2 2 "_ a a c0 a n y. b us [n 6 yb I' A. 2 4 r- ti 2k CO y Q sI (I, OI 2y 15y 2�y E., t2� 6 ^ 4 6rryy n v 1' S. x 2 2 y ti z m•' y 2 CO PI o rn n rn EWA TER L11 14 V la IS gii Si FINAL RACKFJLL � r� bo r .,p r~j 2 r, t a MO d 117 TABLE 1 1DING AND INITIAL BACKFILL_ N PIPE TO 12" ABOVE PIPE KFTLL SHALL CONSIST OF THE FOLLOW 7? REQUIREMENTS: IG OF EITHER NATURAL SAND DR SAKI RUSHING OF NATURAL STONE OR GRAI DEEP AND ABOVE WATER TABLE, USE ENT REPAIR ULAR MATERWAL. SEE TABLE I FDR ALL PIPE DIAMETER ALL BEDDING AND INITIAL BACK- FILL SHALL CONSIST OF GRAN - X21,. m ."'NV} mm n 48r •yi~ •C ❑M�'rr*1O y A 0 `ter 0 iii UNPAVED AREAS TOPSOIL TO BE PROVIDED - EQUAL 0/? BEI MR R THAN EXISTING; AND MATCH EXISTING TOPSOIL DEPTH. COMPACT TO DENSITY SIMILAR TO EXISTING ADJACENT TOPSSO, '+ri N 14 y Z z r- • A! A A 4\� ryl414. -1 r ~ rn m -64 41 r c� (S r q D <n � 0 . r. t 1.,1 1 R /.1 1 .V!1',.!... ► 6',A ;'y+11K�1 F F F 1 : 6 0 oo koo ao 3n k0 0z xoa -o 0 mai 0,13 w H- ?4, ij' a m a of 0 o?�1L22 r-0 0 'OA �+, snoo C 2 VARIES 3" ro a"• -t;14:17,-, ��Oc7 pr` A n r A'`ti� Ayr%,2 A m aqm� rn� '.(40 -'''PTI', 0-1 Lb 4W a, •-IP''-3rA$a9a O p 07 k , ^O a b ht o S -s " PI Q Ian m Zr=Ci"; 3 `' t- Oa ` O C nc Cm5 (`� p uyp r`I � [7 r*0 r'1 � ?/ 8%z �%z bi di c.,,Trbt 'b'c..) OQn' 2q M W c)Tvl 2rny h Xyy Ir `� w V ,r w i - IQ OnNi�r Oar �3k Ari to t,4 1,1., R aomib�hy r�r, A nl rrl 1. Nina �. po li-y ,A,O�® iI''6~ Pi N9.2 1, N'" EZy Z pQNAn ym y� xru 4,7 co �� fny� �, x �: °�' man 4 Iw _ 5 � 6 �+ k y: ,40 i. C 111 ti b�11 a y-' 00' 00 -Q nrbrt y -LI o o 14 A z b nl 4 Sin 4 CJ1 •} O Z , I I I ih 0 IV Iv • ,2'1 4 `� 0❑ o o, � n0 c0 �' ar�rnlL�gr n2aM1 M1A�'r bZ cz 0t pAO QO" n1 -77,00 O d ") 1.i. 1.'3 e b 7 a'1 0 § y ct a Orr A Z 0 b CIIZy^y byn! Q t0 r 2 oP-cySnI, "4rr4ID 0 5v Amy l -- it 0 [� cVi' t rn NI Da (6p r p 6 A 'e y+ a r•• r+ is 2 � � CS h2j C y Cx t, D,,,, d A y y 0 y RI '-'1 .� -i b o z Liy� ti rnz2 -ii i t rr0 2 2 FR 3rZ 61 aG� y® M ha 2 a I,bt y y`ti �d r7 Cp 2 IS y „yy 2 ,5 Cr�j Q V�t� Q )i �° D 0- r*t ui, ilia. r6" z y r7 rPi k O '-1 `IO y 1111 £ C �►t ~ r N 2 C7 V? y A ry1 �0 �-O. k32 A 0 =13 i132 G7j `^. x Z r1i r= 7/10/09 C.F.B. REVISION TO MEET 30 TAC CHAP 217 (TCEO) REVISION K. DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION SHEET 86 0I 89 RECORD DRAWING NO. STL-211 car PROJECT #E10179 PAVEMENT REPAIR BACKFILL REPAIR/BACKFILL/ / GENERAL NOTES/CASING DETAILS CITY of f J p `tl _ .....,.......m... Qi.- jk "4:3 y ., f2r, o I(*% s ' F• ISTANDARD rtiR `4- . 5 '. it I I, .9 t :� �; - . _ _:�� �`" CONSULTANT'S SHEET NO. D17 CORPUS CHRISTI TEXASr ,-7_ .WASTEWATER SANITARY SEWER DETAILS 5 OF 5 DEPARTMENT Deportment of Eng�neering Services OLS 0000\cOuv..10V ACAD Rel: 19.0s (LMS Tech) Filename: N:\if\Drawings\COCC STD SW3P.dwg 'Last Saved: 1/28/2016 10:48 AM Saved By: bj z D m 0 Om m M f-O*t < Z 0 5 D N �D - 0 Z xD x DO Dn m 0 D<< co D?Z Z LOZ 0 Zn O 0-1 °YZ D m D > o t 0y 15, U1 -I O r'1 O m O X -, Z D 0 z 0 O °y D O-170 m 0 rn Z X O m < r O fk > m C�C m D GMG cO< frt ni r _ O x m -n 0 -1 C A O O m Z O -I O m cm 0 m ? -1 .-. D O 0o. o 3 00 a. C p T o o CD O �1 cn O ' D r > m D O CO m 0 cn co o m [n co D Z D m V1 O -i D r - D O f2 0 D m D m N -, D Z D O m DMV) I ->O Vi --1 › D 0 m Zr- �- y ?TI •mz A Z 0 :5 - 1 j {• - j • .•➢ 2 7) z > > -{ y5 O 1 y5 M -2 D X mD DC • 2Z ➢ D AZDn10 OZ �r m -1 2:D -,Mm Z Z yOM ON D N C 0 Dmin mNmo mOD0 0 2 00 0 D O r,DOZ m z 1 or =�R°y >D0m 0 C my > D1 !n O D D 5 -4Zgm D Zmrr*1 Dr rm0(Dn m D m1UD1➢ 5 1Men D c mm c < D xi O >< tn Z0 Z0 OZ z7 al 1 ➢ ➢ zD �1 c m m1 cn mw C r• N Pa 0 (11 X r r Dm m S — D 0 O r K N -0 D -i D 1 D SITE DESCRIPTION 1 EROSION AND SEDIMENT CONTROLS - - --. • • - „'N_•`'o?m R' N D .a o • f • 0 0f - ^ 0 In o - nK 54 3: 3 ..D. 3 f m C - Fr ID ° o m 0n I O oo -I m 0- O Z V C • a h ° E. m an n E Q' c< a� 3 o 0 o- o .:9' g. E o Q� a y3 ° -..0- o„-rD ' .. P' mo o . rn co = -, m ? 0 o cn -0 ? o mT 0. • j0 -I o N o Q S 0 x _ ° 0 N n 0 m n = A 3 T . � 8 ? 2 0- _ - o c2 .. _^ =_ 3 n o- 0 c_ n- ° o _ • . c • - o C 0 o . N E=O z D ➢ I .-_ o m c Z. 01 ^• O m O O N �.n 0 c O z _ 'D to p g com D z - m ; Z o ^ 0 y O m V1 rcii I-1j D m n 0 -Ic-I-ImmxmODD O0Q�00�zmm�<m5m OCSMNmmmZ.1 z -1 { Z C*-1�AZ�Z A-,__,0 O 0 rM7 r D m N N N ~rnZr.-r�pm=0 NmzNNOD➢DD K OZ y tmnD (n zzm � O,d 71 cor2 O 0Z n me 0-1 �O OZ z m m X -1 I DDC) 01.0 Nm C2 �<O➢� z1 Z v) 00 ZZmD zZ fl ODD VOO r rn00 0DD Kmm mz1M 2 K D m z A 0 0 0 a N 03mI1 �nm K m 0 N in 4. ,~ 2 r- > r_ rsmZCy V XI D ( -I n •• co DCO i a10” *2 2 ND. 0� Dc2 N ('1r -{ = - r" • m D 5 • P1 me. .Ti m -‹3 2 C - m 2 (n • c m „ A - D CO (n m c m-11 r- U1 TI mm/xD a 0 n D z O Z Ozm ' Z D D 1- m 0 0 c A u1 0 o c r 0 - O m D Z I!1 D N > D- D,arr m m 71F C D 0!z mD DNm NI _< —i D m.y D O 0 oZ" Z D D Z -I (� .'[0/ ITl N m g zO�mDO 0 o z o•• poOK�o� �Om2D ZrmZAD-01 O v, 1- r O ion Om --t m,x rn C• m !n D11 < Z yrm)jD �1 _tim p'Zr ymZZO r m to ~ m D c D Z r '1 D�Z0M f- Dr O M.D D- Mr- <roa rnmop=I K -yy ZmITImD-2 -a O N m 0 m c y 1 N m .D .D 2 ➢-moi 0 0. m '{ 0 0 m�v1 z z1 v1mom� m D c r y0m _,X_3> D p< rri* m� �� nD� m2 oriZNOrD DA N ZODO C_ m r D rA�1m 0 f*1 Z C m SO O DD y0 -oz z• ~ D D mmOmzm m to 0 C C7 O m (7 -i C< �0—J0/ hij!D _<z-ozz 2 m ti -i 1n C P1 -±" D o Czi D a -, •f • _ • ,• • • • . . •' • • • • •_ • . • • D • •, 5 • a. • • •J 3 3 = 3. . S D D • „ . f 0 - j -� . • s; _a -Ohm 0 ' a S - • c .+ r. 3 o l - , x 3 D �N 0 - 0 o N F' O 3. 2 �. D 3 D o x D 0 co' to z o - o. 3 o' p c 3< 3 a 3 y 5- D .- o n a T c nz a < o o m • 0 m co .71 ��� m (o rnr 2 2 tiX OD 5 m f0> c r r m N 0 o A m0=OD D D27D 0 O y C Vl O r Z z0 D 0 In zmD mZ1cK 0OOm ODf` z O ;a _ 0 z m 0 TI m E m 0 O A ?mmo a1 D O C D Z 01A, y m DZ7 O moo z g O yi r -1o D c r 2 VI N O N o TD a- o r: n= 0 m 0 -1 N n^ m0- 00 m m �m a j 0 S oo n o a .2. o ° 1n cn 3 S o oj m e '^ ry 0 0. o sf o D A T '_" co O N ° m a o o u. m Z { `2 D -11 m D - o f N 0 _ m o � 3 N o a. o y 8 ° 0-3^ • n r.m0 ^ a 3 •: ID 2 N a O V1 D U7 m • 2 • r c n0 >z v1 1? ID."• r U mo • O A 0 z O ,- 0 -' 0 a1 _< i° • , - ? n n- • • •O , - D •£ •- _. - • ._ ' F• -a' c c 0 o m 3 a s � to .. O O ° n O' a - o Cr O� s o D r, a o C •• ° m a v a a N o n'o f m =3 N " m :D •o Som ,. - O a. N o ?_Dn m ^ a C m 3 ='< • y? A a ° g *2 N -I rn D m x D r N s >i D rD - 3a m 3 rD • D m =N^ m e ° a o a< 0 0 m D � 0- f D m ro a 3 f a D i o tD m Dp u-im N a a o o 0° o3=m a, a •. S" "r• go a, O- 5 m : = (7p 2.- = m n •o O O - `� N 3 0^ Q D O o m a • a 0 S 0 m o Dao a rt, 3 p ---T.' ° rn• > < n. 3 • D< - co 3 m ooO N.< o -- �.4,- 5° "5 D D lD f n° N° a+ w a D O m D D<° o i m 5 n as D O . 2 „D, Z D N '0 a) a 2 a 3 3 3 �_•° Q o a `c m n 0 • O° l- ^ o f 5 m a v a < IDD• < • T o O 3 v, rx f o _c- ° �w j ..a o o008 n-• 2 1D v ~' D O "c 3 sa'aa _ O° a< < E. a rt m °m0°'°0 p X 3 O ° a N ' c> a v S n D O 0 a' In a c •N- m ^-' i 5N 009(1, C N a c O a d. K O D 2 = z 1Tl z X/ m rT1 /� r: 3 y O •- =° m 0 0- a v°, z m o f o Fp D 5 Z m a Q • ° m a s V) m 0 3 rT1 ' 0_ ° - n 0 D o 1T1 O ^ Z a: a --I ° a N f n D Q Z N N 3 xx p r.- n �, 9 a VERIFY SCALE 0 1 Bar is one Inch on original drawing. If not one inch this sheet, adjust scale. on REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION Z�2 Z J p .- Z 0 z I— I.- W Z U W W I— Z W O Q p I Err 3 oLii 1-- ^o NCO W a J Z F- o J U V W o 0_ Q J cn 0>-- D� � > N Q O 0 (1) SHEET 87 of 89 RECORD DRAWING NO. STL— 21 1 CITY PROJECT / E10179 CITY OF CORPUS CHRISTI TEXAS Deportment of Services - FREESE �� NICHOLS 800 N. Shoreline, Suite 1600N CorpusoeChristi, Texas61500, Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. 1 COR12313Freese - °FeTF't S,P''•....... ,49.71 ti' �'-, A CECAVA r. j VC.... %?71: 97391 w% ��, fS :;CE.... C.:�� �' -201co and Nichols, Inc. Texas Registered Engineering Firm F-2144 DRAWING SHEET NO. D18 Engineering .n0:11 - 9tOZ .a\II\ 6MP'dtMS OIS o \ ACAD Rel: 19.0s (LMS Tech) Filename: N:\if\Drawings\COCC STD SW3P.dwg Lost Saved: 1/28/2016 10:48 AM Saved By: bj In the event historical Issues or archeological artifacts (bones, burnt rock, flint, pottery, etc.' are found during construction, cease work In the Immediate area and contact the Engineer Immediately. ® No Action Required ❑ Required Action Action No. 1, 2. 3. 4. 5. IV. Vegetation Resources Preserve native vegetation to the extent practical. ® No Action Required ❑ Required Action Action No. 1. 2. 3. 4, V. Federal Listed, and Proposed Threatened and Endangered Species, Critical Habitat, State Listed Species, Candidate Species and Migratory Birds. VERIFY SCALE 0 1 Bar Is one Inch on original drawing. If not one Inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION SHEET 88 of 89 RECORD DRAWING NO. STL-21 1 CITY PROJECT / E1O179 WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE ' CITY OF CORPUS CHRISTI TEXAS Deportment of Services SE OFaT�I f�I A. CECAVA if IA 97391 '0 I.o,G----- /-29-Zolfo and Nichols, Inc. Teras Raglalered EngInaaring Firm F-2144 DRAWING SHEET NO. D19 FIIFREESE NNICHOLSNICHOLAS CITY OF CORPUS CHRISTI STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) 2 OF 3 Corpus800 N. Shoreli, Chriisti,nTexasit78400001 N II�Fs Phone — (361) 561-6500 Fax — (361) 561-6501 PROJECT NO. / COR12313Freese Engineering wdt5,4 — 910Z '9Z uor :alo4 .xo.0\1!\.NAIL ACAD Rel: 19.1s (LMS Tech) Filename: N:\il\Drawings\COCC STD 'Last Saved: 10/22/2015 2:09 PM SW3P.dwg Saved By: bj N A G N VVI 220 OZD r=n ZZ i<DOmrnO�O-1 ti -I?ti mZ'< r�/1rnm N?\m0-1DAn= mo mvl12 xz o+q 'O OizOi n � vZi AGZ_1p �m=�momN mo ti o00 �vm xmz zZAm. mz _oy nut y AOaIW LOl ,irn1 y3N'az AA�C Eh 1134311,j11,9:3 m 0�n�0 Vt Eh ?C;4mmlrnj11,9� = XI; 12mr Dln� C" me Vl f�O O m id � Nm I O=m r:I» mymyx�5 _ r1 ;?A Os Ino° zfnrZloVflym Z � iy "''� u: a �Az z0o0v V37°' oe �� Zr' Pm£za��ZrSi m0 yym =[moti imm V0 "Om=m rnN Z;; pmn Dm $1.1,9143532-, 2 Z OT= OOZ m< mtn p=mp_%am(^ 202 zz� 0y oD�mo"n chic mo�D Ono" ; nN ,7424A�N Mi; In rr- D x O <AINO�f-IN p p m 5 m Nf C =mOm,Zjm P ~ Nmtn �Z m-3rLY,!fq=or m v0 0 •T -ri mZ Drr2=11my m of?m fA yAoson Arlamni217m02D>i mV=o=lorzoD3tonrmmo~ cDp A0 111"1"! mcg g 5Z 21" rz.m=9NnlC0G/1 n vnm DO ODp<OODtAnCA IV .`=)1'-' A ,U zn mmrrr+lI rD-z`�t.,lmmm Z DO D O y O; G1m DZ m12 A" AO f0 w :rcrn�A nr OO Sm m K-<7' Vr~*Irf/1 53.0 l0 rD m V a1 N A G N r DNrfl7 VI -1 A N ti N VINE GI fm-n4O xx :7-±,,,, O O x V ti= f m�T D r'1,"0 ;,,,,Ti -,irIIm1rCj-4!.'' yr O� D rcc, ylri) gi0Z mtnr Vlxm zs m CO' JC m(tm.ZI VI a1 V1 O^ u1�O S=mnnm�0 jo 0Gzo mrnfm+l O C o X, "m =mm 0 ztrnj120rx z!'r!4 Vxx1 o D 7 OVI'a~=12=-4 InDi �mZfm r', r r m 0 Alf Om to z cmmn m z m m N z '-'^' P90 8 In rn g 2Z t'"' m D 2 -4 m o-4 "- 0 0 m Z ." N»= O0I m = p 0 1 m n=r 05 0l 0 rn r gZ MU 20 cmm0- m R m02m= o i o A r o9 ZDV 0 ofo9N mc 1'20y= A 0zrmO -; 0 > rn. 00m S' 270 " In OT.- m rnC n S O " m z rn2`,41z-1z m DELIT.m z i 24-:nmom n mvl=r� ,Z1 Z Z D -Car OOmm< Z 0 O pr Oy ? 12 1C/ -1-I I=/I 5" IV O X JC Z Vl m rAiri izAno Lin m - -2- 01 353 O NfZOf czi m z_ 2ZD »mtnzO r p v m\t3/1 0_ o 7-1 m~rnmf m A Izn Vii cunt m0= v oNOm* O" O p �p yfC �oAmrn = ;m No z � =m m PS Am Acoimo=Fri rn irrv-- o12Om4 yl0.1 om== 5 00 P9r" z N D Zn ZmN D.ZDI O m V P N A G N • VO ;V10 -1 -1c 000'af -4V1 AD ; 0r075 tirn2 it - x rl - r<rtj or- Q-,=rE'1ZXZ 2ZG91m _I 0 yrp.I m� OniOD xi -lo. Zp 00, D N oy 1000 DD•9D_m z N 2 �D 9"*r= 7I=nN>1,DLZ 0 .- '1 N ci Opr1 mn O =Zrn Armrnfm'1 = tln�I 0 ~ M f;goA mV10 ZN m z I�ty ICD 0t C CO Ay �m oc5 m Li' m*C-4 r gd Z 0 Zrn m 2 Oy2m 0 m o" A1222y V 0E O -r 0 =O <Itizr SSC �� = m 0 ~ mm A>.11101003 mp�r 0g=0r O N 0 Om OVI r01 pm mr2$r' rn Z-( xcyy zrn 0m0Ff > _y I40 OmNOS o"o, r Z �g 00 6,2g xmz frn o 0 00 ZOzm2 0m Zrn Z g = N wA .a ]]ZOO mof>>� o m 06,»05 00V x o nm125D �>zm czi pZo a O A o g O 0 N N r 7 >»0 1Z m2 r" N m 0-4 29. V1z0m yy - m0y 212 > -< » Zm,y Zin f-4 0 op N ;Inrn-<x ro*ImZOCf tnm.< V1mrrr'r. 0prr*1 n m =' -- r< 12 0i 0 0 12.3, -.;g -2S -4 < < < Do H O2 0 OVIO0 Zi ?Amy z O 0 D Z O 0 0 m z O 0 ut 7IV130 NOI1031OZId 137N19?In0 Z 0 0 rnm z 00 z. zl o = H= 9; 0 0 S� mm m`" 0z A 00 0 N 7 Uly 0 0 0 0 CO CO 0 Z m oyD. zrn� m�" y7e0'1 0 2 912-2 s" D M MmI Zo Z 0? 33N33 11IS z J A�4 roti1/4011w -•4 11 I Ya m� 911.` rfr :ill) 11 111001 krait"• i ik%=eJ 1 love 1 r 1: 31VOS 01 10N J W N Z 0 00 0x. - � rn 5 A � m IA =m mo mc61x c cgg mm nm y0 Z0 zm Om oc zrn V zC1 ZO 05 Vl- y0 S mCN Fm oz :0 2 0IZl Oy o .r_rn m Z" r.1 sm Z1D Om o O XD Ts 0-01 C rmZ ZO O 2i Z DA z 0= o33_ Fim0 0r A oo mm zc Z O O -irn zoo to z FP. 11 0:a IP O'It0 12-42 DOmtm =r'z r0mm m0 Ooz DOmZ c 0 6 zm m u1 x f z HERE ARE SUGGESTIONS ONLY AND MAY BE MODIFIED m2z 0 z i -II z S2GZM0 ",o 1-,-_, 0. i foE'" VIZ a1�,ZCjz 2m D• mm 00 2-40 0E0 0 kyc o -4{r< >00 m>Dm myy -101 0I00 0 0,01 N OOrn N m 72o 07a 00 zti 20-1 =0 0y0 z__I 00 r 01C2 NIF'y z,T1m >ornv <0 1,,I. ;--1 rrtm; n=='I "off . m 0 0 „,m,_-, 0 -az ZO rn -IC. 0,1f 007 0, mm -ii:2. OA o� O z = 1 D 31V3S 01 ION VERIFY SCALE Bar is one inch on original 0 1 drawing. If not one inch on this sheet, adjust scale. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 6LLO13 A 103POdd ,UD 'ON 00 ED WHITECAP WASTEWATER TREATMENT PLANT ULTRA—VIOLET (UV) DISINFECTION SYSTEM UPGRADE CITY OF CORPUS CHRISTI STORM WATER POLLUTION PREVENTION STANDARD DETAILS 3 OF 3 1.rw CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 11 NICHOLS 800 N. Shoreline. Suite 1600N Corpus Christi, Texas 78401 Phone - (361) 561-6500 Fax - (361) 561-6501 PROJECT NO. / C0R12313 1E OF %%% ...........r tl ;.: w:., NICHOLAS fr CECAVA i IN. 97391 4: /-Z9-201(0 Frees<a d Nichols, Inc. Texas Registered Engineering Firm F-2144 m 0 F'21 00 91 01.03 ADDENDUM NUMBER 3 Project: Whitecap WWTP UV Disinfection System Upgrade Project Number: Owner: City of Corpus ChristiE10179 City / Engineer: J.H. Edmonds, P.E. � 1 � / (I�n-) i BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. NO MODIFICATIONS ARE BEING MADE TO THE BIDDING REQUIREMENTS IN THIS ADDENDUM. 1.03 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS OR TECHNICAL SPECIFICATIONS A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) 09 96 00-T HIGH PERFORMANCE COATINGS B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) 09 96 00-T HIGH PERFORMANCE COATINGS (Attachment 1) 1.04 AMEND SPECIFICATIONS OR TECHNICAL SPECIFICATIONS A. SECTION 40 05 50-T FABRICATED GATES - Paragraph 2.03 B: ADD: 7. Frames for the four (4) gates in the UV channels will be of sufficient height and design to allow for 60 -inches of vertical travel of the slide. This will be an exception to the height requirements for the other gate operators. ARTICLE 2 — MODIFICATIONS TO THE DRAWINGS 2.01 AMEND DRAWINGS A. NO MODIFICATIONS ARE BEING MADE TO THE DRAWINGS IN THIS ADDENDUM. Addendum No. 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.03-2 Rev 01-13-2016 ARTICLE 3 — QUESTIONS AND CLARIFICATIONS 3.01 QUESTIONS AND CLARIFICATIONS Addendum No. 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.03-3 Rev 01-13-2016 QUESTION AND/OR REQUEST FOR RESPONSE CLARIFICATION A Please confirm the lining requirements for ductile iron pipe and fittings. Is cement mortar lining or a P401 type lining required? In accordance with Section 026206, cement mortal lining is required. B Please confirm if all ductile iron pipe on this project is to be restrained push on joint similar to "Flex Ring" or "TR -Flex." Item R from addendum # 1 clarified that these are acceptable manufacturers, but spec. 026206 appears to indicate that restrained push on joint pipe is not required as it states "where called for on the drawings." On the drawings, I only see call outs for restrained fittings and flexible couplings, nothing specific to "restrained push on joint pipe". Furthermore, if restrained push on joint pipe is required, confirm if the fittings can be MJ restrained using mega -lugs. Standard joints will be MJ. Restrained flexible joint couplings or restrained flexible joints are to be provided on all pipes connecting to concrete structures and at locations indicated in the drawings. C Please confirm that the intent is to provide Corten nuts and t -bolts for buried fittings. Item R from addendum # 1 states "stainless steel hardware will be required." I assume this stainless steel hardware requirement is only for items associated with the restraint accessories for the restrained push on joint pipe (if required) and not for t -bolts? This assumption is correct. Provide Corten nuts and t -bolts for buried fittings. D Please reference spec. 09 96 00-1.01-B. # 1 indicates a vague requirement. Confirm which structures to be painted. # 2, please confirm what is to be painted here. It lists the UV Canopy, but that is all galvanized. Do galvanized surfaces need to paint? # 4, confirm if these concrete coatings (or any concrete coatings) are required on this project. # 6, confirm if this existing piping system to be coated. Section 09 96 00 has been re issued. Addendum No. 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.03-3 Rev 01-13-2016 E The excavation of the new filter basin and UV structure require the existing ductbank to be removed. The specifications require that new power feeds be provided prior to shutdown and tie-ins. The new power feed to the existing Belt Filter Press building, golf course pump, existing chlorination building and etc.. will not be available for at least 8 months due to submittal and procurement of the new switchgear and building. What power requirements are required to feed temporary power to the existing facilities to allow construction of the new UV, new filter basin, and new re - lift pump station, and new parshall flume a start date prior to delivery of the new switchgear and electrical building? Is this a temporary critical operation that should be listed in specification section 0135 00? The ductbank shown between the filter and UV structures will be located by the Contractor during exploration and the appropriate alternatives for construction regarding this component will be coordinated, at that time. The Record Drawings from which the location was determined are considered to be diagrammatic and the exact location of the ductbank is not known. F What are the controls and communication requirements of the existing Belt Filter Press Building, existing golf course pump, existing chlorination building and etc? The controls and communications requirements of these process units will need to be coordinated with the plant staff. G Is it possible to schedule another site visit either as a group or a contact to schedule an individual site visit? At this time, another site visit is not possible. END OF ADDENDUM NO. 3 Addendum No. 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 00 91 01.03 - 4 Rev 01-13-2016 Addendum No. 3 — Attachment 1 Page 1 of 12 09 96 00-T HIGH PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B. Protective coatings shall be applied to the following surfaces: 1. New piping, except PVC and Stainless Steel 2. For concrete surfaces not covered by this specification section, refer to Section 03 30 00, CAST -IN-PLACE CONCRETE. C. Special applications for painting include the following: 1. Aluminum surfaces in contact with or embedded in concrete shall be treated in accordance with Section 03 30 00, CAST -IN-PLACE CONCRETE. 2. Buried pipe and valves shall receive a shop applied protective coating as described in the appropriate section of the specifications. D. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It shall be the Contractor's responsibility to determine if the materials to be disposed of are classified as hazardous waste. Disposed of waste, hazardous or otherwise, shall be in accordance with applicable regulations. The Contractor shall be aware of and understand the regulations concerning disposal of waste generated by coating operations. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers. Products which meet the specifications manufactured by the following companies will be acceptable: 1. Tnemec Company, Inc. 2. Carboline 3. Ameron International Performance Coatings and Finishes Group 4. The Sherwin-Williams Company 5. International Paint, LLC 6. ICI Devoe High Performance Coatings 7. Plasite Protective Coatings B. Applicator's Qualifications 1. Applicators shall be certified for the installation of the coating materials and qualified in this line of work and have a minimum of five (5) years' experience in the application of the protective coatings of the types specified herein. Submit the certification by the manufacturer and a list of recent projects and names of references for those projects. C. Product Quality High Performance Coatings 09 96 00-T - 1 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 2 of 12 1. Use only the coatings specified in this section. Use only those thinners and solvents recommended by the manufacturer, only in the amounts necessary to produce the manufacturer's recommended spreading rate, and in amounts not exceeding the maximum quantities stated in the manufacturer's literature. 2. The coating material shall not show excessive settling in a freshly opened full can and shall be easily redispersed with a paddle to a smooth, homogeneous state. It shall show no curdling, livering, caking, or color separation and shall be free of lumps or skim surfaces. D. Testing. Protective coatings shall be applied under quality control procedures, which includes inspection of surface preparation and for each coat. Do not proceed with the next step until the Engineer has approved the previous step. The Contractor shall be solely responsible for testing for this section, at no further cost to the Owner. The Engineer shall also make such tests if it is considered necessary. Cooperate with the Engineer, providing equipment, scaffolds, and other equipment as requested by the Engineer. E. Testing Equipment. Furnish the testing apparatus necessary for testing coatings, including the following: 1. One (1) set of U.S. Department of Commerce thickness calibration plates, certified by the National Bureau of Standards, to test dry film thickness. 2. Five (5) wet -film thickness gauges. Give one (1) to Owner's representative. Each painter shall keep one (1) to test paint as it is applied. 3. One (1) dry film thickness gauge, Mikrotest III, 0 - 40 mils with calibration standard approved by the Bureau of Standards. 4. One (1) Bacharach Sling Psychrometer, Model 12-7011. 5. Tinker and Rasor Model M-1 Holiday Detector and recommended wetting agent. 6. One (1) set of SSPC-VIS 1-89 Visual Standards for Abrasive Blast Cleaned Steel. F. Testing Reports. Submit an inspection report for each coating applied on the project. The testing report shall be completed on a form furnished by the Engineer and shall bear the signature of the Contractor and the Owner's Representative. 1.03 SUBMITTALS A. Submittals shall include: 1. Manufacturer's product data sheet for each paint type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, and other instructions. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI American National Standards Institute, 25 West 43' Street, New York, NY 10036 NACE National Association of Corrosion Engineers, 1440 South Creek Drive, Houston, TX 77084-4906 OSHA Occupational Safety and Health Administration, U.S., Department of Labor, 200 High Performance Coatings 09 96 00-T - 2 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 3 of 12 Constitution Avenue, NW, Washington DC 20210 SSPC The Society for Protective Coatings, 40 24th Street, 6th Floor, Pittsburgh, PA 15222-4656 In the event of a conflict between the published standards, codes, and this specification, the more stringent requirement shall govern. 1.05 DELIVERY AND STORAGE A. Deliver coating products to the site in original unopened containers, with manufacturer's label and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. B. Use one (1) location at each site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances shall they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids shall comply with the City, State, or other fire codes. 1.06 JOB CONDITIONS A. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the specifications. Coating products of the same type shall be supplied by the same manufacturer. Do not mix products from different sources. Apply finish coats in the field. The Owner shall select colors. B. Primers factory -applied to equipment shall be those specified. Where possible, notify manufacturers which shop prime coats will be required in order to be compatible with field - applied finish coats. Where equipment is purchased which has the manufacturer's standard primer or a factory finish which is other than as specified in this section, remove the factory -applied paint system or apply passivators or other special coatings as required to make the surface compatible with the finish coat specified. C. Do not apply any coating to machinery, piping, or other surfaces before testing has been completed and systems approved. Any damage to coatings resulting from subsequent corrective procedures shall be stripped back to bare metal and repainted with the appropriate paint system as directed by the Engineer. D. Surfaces which will be inaccessible after installation shall be coated prior to installation, or shall be coated and approved in stages as the work is installed. E. The Engineer shall approve surfaces for application of coatings at each stage. Any material that is coated prior to the Engineer's approval shall be stripped back to bear metal and repainted. F. At least one (1) week shall be allowed for drying of finished surfaces before any machinery can be placed into service. High Performance Coatings 09 96 00-T - 3 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 4 of 12 G. Do not apply coating over nameplates or other identification plaques. Mask such plates and keep protected. Remove tape and polish nameplates after painting is complete. H. Environmental Conditions 1. Do not apply coatings under conditions that are unsuitable for the production of good results. Remove trash and debris from enclosed buildings and thoroughly dean prior to application of coatings. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of the coatings manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in the manufacturer's printed data. 3. Do not apply any coatings when weather conditions are unfavorable. In the event that climatic conditions are not conducive for best results, postpone application of coatings until conditions conform to the manufacturer's recommendations and the provisions of this specification. Do not apply coatings to a wet or damp surface in wet or damp weather conditions, or when there is dust in the air. Surfaces exposed to direct sunlight shall be shaded by awnings or other protective devices while coatings are being applied. When necessary, provide temporary heating devices of a type that produces no fumes which will discolor the paint system. 4. Apply coatings to surfaces which will be under water constantly or which periodically will be under water during operation of the project in accordance with requirements for submerged structures to a point 1'-0" above the maximum water level. Mask the line of demarcation between the coating systems to a straight level line. I. Working Conditions 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. 2. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. 1.07 GUARANTEE) A. Protective coating shall be guaranteed for a period of two (2) years from he date of the Owner's acceptance of the project or the standard manufacturer's guarantee if greater than two years. 6. A warranty inspection shall be conducted in the eleventh month following completion of painting and coatings. Any defective work discovered at this date shall be corrected by the Contractor in accordance with the specifications at no additional cost to the Owner. Other corrective measures may be required during the two (2) year warranty period. High Performance Coatings 09 96 00-T - 4 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 5 of 12 2.00 PRODUCTS 2.01 MATERIALS Materials shall be the manufacturer's top of line quality products, as listed herein. Products used on this project shall be as indicated below. Primers and finish coats shall be manufactured by the same manufacturer. Coatings shall be from the same batch. Products shall be as follows: TYPE A ALKYD -PHENOLIC UNIVERSAL PRIMER Tnemec Series 1 Purple Prime Sherwin-Williams Kem Kromik Universal International Paint, LLC Interlac 573 ICI Devoe Devguard 4165 Carboline Rustbond 8HB Ameron Amercoat 185HS TYPE B EPDXY-POLYAMIDE PRIMER Tnemec Series 66 Sherwin-Williams Copoxy Primer International Paint, LLC Intergard 251; Intergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping ICI Devoe Devran 201 Carboline 893 Ameron Amerlock 400/2 TYPE C ALKYD ENAMEL Tnemec Series 23 Enduratone Sherwin-Williams DTM Alkyd Enamel International Paint, LLC Interlac 665 ICI Devoe Devguard 4308 Carboline DTM58 Ameron Amercoat 5450 TYPE D EPDXY-POLYAMIDE COATINGS Tnemec Series 66 Sherwin-Williams Macropoxy 646 Epoxy International Paint, LLC Intergurd 475HS; Interseal 670HS for valves and gates, PVC pipe and conduit, submerged structural steel and misc. metals, and submerged piping ICI Devoe Devran 224 HS Carboline 890 Ameron Amercoat 395FD TYPE E EPDXY-POLYAMIDE COATINGS FOR POTABLE WATER Tnemec Series N140 Pota-Pox Plus Sherwin-Williams Tank Clad Epoxy International Paint, LLC Interline 850 or Interseal 670HS (NSF colors) High Performance Coatings 09 96 00-T - 5 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 6 of 12 ICI Devoe Bar -Rust 233H Carboline 891 Ameron Amerlock 400/2 TYPE F EPDXY-POLYAMIDE COATINGS FOR WALKING SURFACES Tnemec Series 66 Hi -Build Epoxoline Sherwin-Williams Tile Clad HS International Paint, LLC Interseal 670HS ICI Devoe Devoe AST 250 Non -Skid Carboline 890 Ameron Amerlock 400/2 w/886 Non -Skid Additive TYPE G HIGH BUILD ACRYLIC POLYURETHANE ENAMEL Tnemec Series 73 Endura -Shield Sherwin-Williams Hi -Solids Polyurethane International Paint, LLc Interthane 870HS ICI Devoe Devthane 359 Carboline 133HB Ameron Amercoat 450H TYPE H ALIPHATIC POLYURETHANE ENAMEL Tnemec Series 1074 Endura -Shield II Sherwin-Williams Hi -Solids Polyurethane International Paint, LLC Interthane 990HS ICI Devoe Devthane 379UVA Carboline 134 HS Ameron Amercoat 450H TYPE I Tnemec Sherwin-Williams ICI Devoe Ameron Carboline International Paint, LLC TYPE J Tnemec Sherwin-Williams International Paint, LLC ICI Devoe Ameron Carboline MODIFIED ACRYLIC COATINGS Series 29 Tuferyl DTM Acrylic Devflex 4206 Amercoat 220 3359 Intercryl 520 SILICONE ALUMINUM COATINGS FOR HIGH TEMPERATURE Series 39 Silicon Aluminum Silver Brite Aluminum B59S8 Intertherm 50 Devoe HT -12 Amercoat 878 4674 TYPE K EPDXY CONCRETE COATING Tnemec Series 46H-413 Hi -Build Tneme-Tar Sherwin-Williams Tar Guard Epoxy High Performance Coatings 09 96 00-T - 6 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 8 of 12 to 35 mesh grit. Take precautions to prevent gouging and channeling of metal. The resulting surface profile shall be in accordance with the coating manufacturer's recommendations. Protect soft metal parts, gears or other parts of the equipment that may be damaged by the cleaning process or by the introduction of grit or dust. Replace any oils or lubricants that are contaminated by the cleaning process. 2. TYPE SP1A: Equipment that contains mechanical parts that would be damaged by field cleaning may be factory -blasted to a "Near White" condition by abrasive blasting before the equipment is assembled. Apply a single coat of primer that is compatible with the next coat to the surface and allow to thoroughly cure before assembly or shipping. This type of surface preparation may only be performed on the sensitive components. All other components will be prepared in accordance with Type SP1 Near White Blasting. 3. TYPE SP2 COMMERCIAL BLAST CLEANING: Thoroughly clean metal surfaces of mill scale, rust, and other foreign matter by abrasive blasting to gray metal in accordance with SSPC-SP6 "Commercial Blast Cleaning". Perform abrasive blasting after erection, unless otherwise approved by the Engineer. 4. TYPE SP3 CONCRETE SURFACES: Thoroughly cure concrete surfaces prior to application of coatings. Allow a minimum of 30 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings shall be dry and shall be prepared by light abrasive blasting in accordance with SSPC-SP7 "Brush Blast Cleaning". Blasting shall be sufficient to remove dirt, dust, efflorescence, oil, grease, stains, and other foreign matter and shall provide adequate surface roughening for good adhesion. 5. TYPE SP4 SHOP PREPARATION OF METAL SURFACES: Exterior metal surfaces, except those specified for field preparation, may be shop cleaned by blasting to a gray metal finish in accordance with SSPC-SP-6 "Commercial Blast Cleaning", as described above. The blasted surface shall be primed immediately as scheduled. 6. TYPE SP5 FIELD PREPARATION OF SHOP PRIMED SURFACES: Slag and weld metal accumulations and splatters not removed by the fabricator shall be removed in the field by chipping or grinding. Sharp edges shall be peened, ground or otherwise blunted. Areas adjacent to welds or any area where shop primer has been damaged shall be thoroughly cleaned in accordance with SSPC SP2 "Hand Tool Cleaning" preparation and reprimed. In order to prevent injury to surrounding painted surfaces, blast cleaning may require the use of a lower air pressure, a shorter blast distance to the surface, and shielding and masking. If damage is too extensive or uneconomical to touch-up, the entire item shall be recleaned nd coated in accordance with the provisions of these specifications. Welds and irregular surfaces shall receive a field coat of the specified primer prior to the application of the first field coat. 3.02 APPLICATION A. Surface preparation and application of coatings shall be in accordance with applicable standards of the Society for Protective Coatings (SSPC) and the manufacturer's recommendations. Do not apply the prime coat until the Owner's field representative is notified and approval is obtained for the surface preparation. Coating shall be applied by skilled workmen and shall be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. Apply coating by brush or spray as noted in the specifications. High Performance Coatings 09 96 00-T - 8 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 9 of 12 B. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats shall not to be applied before notifying the Owner's field representative and obtaining approval. Each coat shall be tested before the successive coat is applied. C. Each coat shall be thoroughly dry before application of the successive coat. The full drying time recommended by the manufacturer shall be allowed. Sand enamel between coats. D. Protect adjacent materials from damage, including over spray or spillage. Provide drop cloths or other protective tarps to cover floors, equipment or other adjacent materials. 3.03 PIPE PAINTING A. Paint piping exposed or occasionally exposed to the atmosphere in any location in the plant. Paint shall be of the appropriate type for the pipe material as specified. B. Exposed plastic (PVC & CPVC) Pipe 1. Surface Preparation: Hand sand to roughen pipe surface. Clean as per SSPC-SP1 Solvent Clean with a suitable solvent to remove all inked numbers and provide a surface profile. 2. Coating System: First Coat: Tnemec Series 66 Hi -Build Epoxoline, International Interseal 670HS, or approved equal applied at 3.0 to 4.0 dry mils. Second Coat: Tnemec Series 73 Endura -Shield, International Interthane 990HS or approved equal applied at 2.0 to 3.0 dry mils. C. Paint color shall be as follows: Pipe System Description Color Sludge Brown Gas Red Potable Water Blue Chlorine Yellow Sewage Gray Compressed Air Green Heating Water Blue w/ 6" Red Band spaced 30" apart Power Conduit range 3.04 FIELD QUALITY CONTROL A. Field Tests. Make wet -film tests during painting operations to assure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness with a non-destructive, magnetic type thickness gauge. The total dry -film thickness for each coat shall not be Tess than 75% of the amount specified. If the thickness is less than 75%, apply additional coats until the total specified thickness is obtained. The total thickness after the final coat has been applied shall be 100% of the thickness specified, minimum. Apply additional coats until the specified thickness is reached or exceeded. B. Holiday Testing. Test the entire surface of coated submerged metal structures with a holiday detector. For thickness between 10 and 20 Mils (250 to 500 microns) a non-sudsing High Performance Coatings 09 96 00-T - 9 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 — Attachment 1 Page 10 of 12 type wetting agent, as recommended by the holiday detector manufacturer shall be added to the water prior to wetting the detector sponge. Mark and repair pinholes in accordance with the manufacturer's printed instructions, then retest pinholes. No pinholes or other irregularities shall be permitted in the final coats. Areas containing holidays shall receive additional coats until tests indicate no holidays. 3.05 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from painting operation from the site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B. Remove paint containers and waste products. Thoroughly clean paint storage rooms, removing spilled paint from walls and floors. 3.06 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule: High Performance Coatings 09 96 00-T - 10 E10179 - Whitecap WWTP UV Improvements Project Addendum No. 3 - Attachment 1 Page 11 of 12 PROTECTIVE COATINGS PAINT SCHEDULE SPEC NO. PREPN O. SURFACE DESCRIPTION APPLICATION VEHICLE TYPE SHEEN NO. OF COATS PRODUCT TYPE DFT (MILS) SS -1 SP2 or SP4 Structural Steel EXTERIOR AND INTERIOR Brush or Spray Alkyd Pheonolic Gloss 1 2 3 TYPE A TYPE C TYPE C 2.0 3.0 3.0 Total Dry Film Thickness 8.0 mils SS -2 5P2 or SP4 Equipment, Pumps, Motors, Valves and Piping INTERIOR AND EXTERIOR Brush or Spray Arcylic Polyurethane Gloss 1 2 3 TYPE B TYPE D TYPE G 2.0 4.0 3.0 Total Dry Film Thickness 9.0 mils SS -3 SP2 or SP4 Structural Steel and Miscellaneous Metals ABOVE WATER SURFACES Brush or Spray Acrylic Polyurethane Gloss 1 2 3 TYPE B TYPE D TYPE G 2.0 5.0 3.0 Total Dry Film Thickness 10.0 mils SS -4 SP1 Structural Steel and Miscellaneous Metals SUBMERGED Brush or Spray Epoxy Polyamide Gloss 1 2 3 TYPE B TYPE D TYPED 2.0 5.0 5.0 Total Dry Film Thickness 12.0 mils SS -5 SP1 Piping SUBMERGED Brush or Spray Epoxy Polyamide Gloss 1 2 3 TYPE B TYPE D TYPED 2.0 5.0 5.0 Total Dry Film Thickness 12.0 mils SS -6 SP1A Valves and Gates Brush or Spray Epoxy Polyamide Gloss 1 2 3 TYPE B TYPE D TYPE D 2.0 5.0 5.0 Total Dry Film Thickness 12.0 mils SS -7 SP1 Water Storage Tanks SUBMERGED OR ABOVE WATER Brush or Spray Epoxy Polyamide Gloss 1 2 TYPE E TYPE E 6.0 6.0 Total Dry Film Thickness 12.0 mils SS -8 SP2 Water Storage Tanks EXTERIOR Brush or Spray Epoxy Polyamide Polyurethane Gloss 1 2 3 TYPE B TYPD D TYPE H 2.0 5.0 2.5 Total Dry Film Thickness 9.5 mils SS -9 SP3 Concrete Floor Surfaces of Chemical Storage Area INTERIOR Brush or Spray Epoxy Polyamide Gloss 1 TYPE F 5.0 mils Total Dry Film Thickness 5.0 mils High Performance Coatings COR12313 - Whitecap WWTP UV Improvements Project 09 96 00-11 Addendum No. 3 — Attachment 1 Page 12 of 12 SPEC NO. PREPNVEHICLE O. SURFACE DESCRIPTION APPLICATION TYPE SHEEN NO. OF COATS PRODUCT TYPE DFT (MILS) SS -10 SP3 Concrete Surfaces as follows: INTERIOR High Temperature Surfaces Brush or Spray Brush 100% Solids Epoxy Silicone Text. Alum. 1 (per manufacturer's recommendations) 1 2 TYPE M TYPE J TYPE J 120 1.5 1.5 SS -11 SP1 SP4 Electrical Equipment EXTERIOR Brush Alkyd Enamel Gloss Total Dry Film Thickness 1 2 3 TYPE A TYPE C TYPE C 3.0 mils 2.0 3.0 3.0 SS -12 PVC Pipe and Conduit EXTERIOR AND INTERIOR Concrete surfaces as follows: * Brush or Spray * Epoxy * Total Dry Film Thickness * Total Dry Film Thickness 1 2 * TYPE L TYPE L * 5.0 25.0 SS -13 * SP3 SS -14 Total Dry Film Thickness 30.0 mils * See Paragraph 3.03B or 3.04B END OF SECTION High Performance Coatings COR12313 — Whitecap WWTP UV Improvements Project 09 96 00-T - 12 00 91 01 ADDENDUM NUMBER 02 Project: Whitecap WWTP UV Disinfection System Upgrade Project Number: E10179 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Jason Cocklin, P.E. — Freese & Nichols, Inc. Addendum No. 02 Specification Section: 00 9101 Issue Date: 3/09/16 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved b (37V/6 . Edmonds, P.E. Addendum Items: To delay bid opening by two weeks. New bid date: March 23, 2016 @ 2:00 p.m. ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgment Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgment Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS B. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS — Article 3; SECTION 00 30 00 BID ACKOWLEDGMENT FORM — Article 1: 1. The date for receipt of Bids has been changed to Wednesday, March 23, 2016. The time and location for the receipt of Bids remains unchanged. END OF ADDENDUM NO. 02 Addendum No. 02 #E10179 Whitecap WWTP UV Disinfection System Upgrade 009101-1 Rev 01-08-16 00 91 01.01 ADDENDUM NUMBER 1 Project: Whitecap WWTP UV Disinfection System Upgrade Project Number: E10179 Owner: City Engineer: J.H. Edmonds, P.E. Designer: Jason Cocklin, P.E., E City of Corpus Christi Specification Addendum No. 1 Section: 00 91 01.01 Issue Date: March 4, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Jason Cocklin, P.E., ENV 513 Jason Cocklin, P.E., ENV SP March 4, 2016 Name Addendum Items: Date Updates and modifications to front end contract documents including the Bid Form and other sections. Updates and modifications to Technical Specifications. Responses to comments and requests for information submitted during the advertisement of the project. P:ce OF Tc11 •� •'• _ •'• 911 or 0" • JASON COCKLIN i r I0 t . 112750 •4 01IO,c/CEN 5s�' \`'�; IleiON ei\ L.•. 3-9-2016 FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade— E10179 00 9101.01-1 Rev 01-13-2016 BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM in their entirety. ADD: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM (Attachment 1) and SECTION 00 30 01 BID FORM (Attachment 2) in their entirety. ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS OR TECHNICAL SPECIFICATIONS A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections (or Technical Specifications) SECTION 00 21 13 INVITATION TO BID WITH INSTRUCTIONS TO BIDDERS SECTION 00 72 02 WAGE RATE REQUIREMENTS SECTION 0123 10 ALTERNATES AND ALLOWANCES SECTION 46 61 41-T AUTOMATIC BACKWASH DISK FILTERS B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) SECTION 00 21 13 INVITATION TO BID WITH INSTRUCTIONS TO BIDDERS (Attachment 3) SECTION 00 72 01 INSURANCE REQUIREMENTS (Attachment 4) SECTION 00 72 02 WAGE RATE REQUIREMENTS (Attachment 5) SECTION 0123'10 ALTERNATES AND ALLOWANCES (Attachment 6) I SECTION 46 61 41-T AUTOMATIC BACKWASH DISK FILTERS (Attachment 7) APPENDIX 5 — PROCEDURES FOR AUTHORIZED DISCHARGE OF GROUNDWATER (Attachment 8) 2.02 AMEND SPECIFICATIONS OR TECHNICAL SPECIFICATIONS A. SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS - Paragraph 2.01 C : DELETE: Paragraph 2.01 C in its entirety. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.01-2 Rev 0113-2016 ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3.01 3.01 AMEND DRAWINGS A. Drawing [Sheet No. 10 - "CIVIL SITE PIPING PLAN" — Drawing Sheet No. C2 1. Change 1. Delete: "12" MAGNETIC METER" and box to which the associated leader points. ARTICLE 4 — QUESTIONS AND CLARIFICATIONS 4.01 QUESTIONS AND CLARIFICATIONS Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.01-3 Rev 01-13-2016 QUESTION AND/OR REQUEST FOR RESPONSE CLARIFICATION A Cortrol Process Systems, Inc. respectfully requests an "approved equal" listing in an addendum, in regards to Specification Section 40 71 89-T Parshall Flume Liner. Jacobs Manufacturing will meet or exceed the current specification. You can find the Jacobs Flume information at www.jacobsmfgcorp.com. We thank you for your consideration. A distinct approved equal will not be named by addendum. However, the specification section for this item does allow for the approval of additional manufacturers during the submittal process after the project is awarded. An equal will be approved, at the discretion of the Engineer and City of Corpus Christi, based on the requirements of the specification. B There are 3 wage scales provided in the contract documents, Heavy, On -Shore Pipeline, and Building. Please clarify which scales are to be used for this project. The On -Shore pipeline and building scales are substantially higher than the heavy scale, so we must know where each one applies. We typically only see a "Heavy" scale applied to water/wastewater projects like this one. Prevailing Wage Rate TX -31 will govern for this project. C Please verify any permits the general contractor or subcontractors are required to have for this Iroject. Please also verify permit costs if required. Contractor shall be responsible for obtaining and conformance with required permits. Contractor shall comply with all corkditions of the USACE Nationwide Permit 3. D Spec. 01500, please confirm if a separate field office is required for the OPT. If a separate office is required, please confirm requirements for size and any components or supplies. Specification 0150 00 Section 2.01 Paragraph C Should be deleted. No separate field office is required for the OPT. E Spec. 01500-2.05 appears to indicate that the Contractor is responsible for electrical power for testing and start-up of the new work. We will not be able to put the electrical power in our name for this brief Specification 0150 00 Section 2.05 Paragraph A(1)(a) allows for the use of existing power systems where spare capacity is available. The cost for the electricity for start-up activities will be waived. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.01-3 Rev 01-13-2016 Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 00 9101.01- 4 Rev 01-13-2016 period nor do we have enough information to accurately estimate this cost. Please consider an allowance for electrical power for testing and start-up or waiving this requirement. F Spec. 01500-2.06 states we can use NPW for hydraulic testing of structures and pipelines. I assume we can use onsite treated effluent from the existing WWTP. How will the cost for usage of this water be determined? Available NPW will be provided to the Contractor at no cost. G Spec. 015700-1.12 states an allowance will be included in the bid for the unanticipated disposal of contaminated groundwater. I do not see this allowance in the bid form. Disposal of groundwater should be according to the Procedure for Authorized Discharge of Groundwater to the City of Corpus Christi Municipal Separate Storm Sewer System. Contractor shall be responsible for sampling and discharge of groundwater into the stormwater collection system. In addition, an allowance has been included in the bid form. H Spec. 015700-1.14 regarding Windstorm, it states the Contractor is required to provide windstorm certification. Please confirm what requires windstorm certification. Is it the entire new project, portions of the new project, or just buildings? Please consider an allowance in the bid for this windstorm certification. The contractor will be responsible for providing documentation on purchased assemblies such as the canopies and modular buildings that they meet Texas Department of Insurance Windstorm design requirements. The owner has included the completion of the Windstorm Certification process in the contract of the design engineer. Documents for Windstorm certification will be filed by the owner's design engineer. I There are two concrete specifications, 030020 and 03 30 00-T. The concrete classification tables are different in each spec. Please confirm whic i specification needs to govern. 030020 is the City Standard concrete specification which applies to civil concrete detailed on civil series sheets including curb and gutters, sidewalks, curb ramps, driveways, curb inlets, post inlets, box culverts, wingwalls, storm manholes, riprap, aprons ,safety in treatments, and rigid concrete pavement. The technical specification section, 03 30 00-T, is for structural concrete as detail on the structural drawings such as Targe box structures and foundations. J Please consider an allowance for all work associated with AEP for the removal of the existing service and installation of the new electrical service. We will not be able to get a price from them prior to bid day. A $20,000 Allowance has been included in the Bid Form for this AEP effort. Contractor shall submit AEP's final cost to City during construction. Contractor payment will be adjusted, at that time. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 00 9101.01- 4 Rev 01-13-2016 K In Spec Section 13950 it states; The integrator shall maintain a local office within 100 driving miles of the project site for the past year. Will the City consider extending that to the following: The integrator shall maintain a local office within 250 driving miles of the project site for the Past year. The integrator shall maintain a local office within 250 driving miles of the project site for the past year. This office shall be equipped with programming equipment, and staffed with a minimum of four individuals capable of performing routine maintenance, trouble shooting, and field programming changes on the proposed PLC control systems. Integrator shall provide same day response to Owner's needs. (SECTION 40 94 30-T) L Spec section 40 05 50-T, Fabricated Gates, Subsection 1.02. Please consider listing Waterman as an approved water control gate supplier. At this point in the project, additional manufacturers will not be named. M Is bypass pumping going to be required from the existing parshall flume to the bay while the new FE line is installed? If so, what is the maximum flow at this point? Can the existing secondary clarifier be taken out of service for an extended period for the 30" tie-in or will bypass operations be required? Yes, bypass pumping will be required. This is defined in Section 0135 00. Plant peak capacity is 7.5mgd, average daily permit is 2.5mgd, actual average daily flow is close to 1.5mgd. The clarifier tie-in will be required to be performed at night, as defined in Section 0135 00. This shutdown is limited to 6 hours. N Sheet 10, we are to install the new outfall pipe at the existing seawall. Will a cofferdam be required at this point? Can the existing secondary clarifier be taken out of service for an extended period for the 30" tie-in or will bypass operations be required? The Contractor will be responsible for determine means and methods for construction. A cofferdam is an option for this installation. The plant shutdown for the 30" tie-in is limited to 6 -hours. Refer to Section 01 35 00. 0 Sheet 44, detail F calls the 30" pipe as steel. Sheet 10 calls this pipe to be ductile iron. Please confirm the material of the pipe at this location. New effluent pipe shall be ductile iron. P What type of flange joint bolts, nuts and gasket materials will be required for this project. i Stainless steel hardware will be required. Gasket materials in accordance with Section 026206 will be required. ° Up to what point of the backwash pipe and valves will be supplied with equipment? see Sht. 14 item note 1. Contractor shall coordinate with each filter manufacturer to determine the exact transition from manufacturer to Contractor scope of supply. The supply is different for each of the manufacturers and coordination with each is the responsibility of the contractor to provide a complete and operable system. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 00 9101.01- 5 Rev 01-13-2016 R Spec section 026206-1 call for restrained joints for DI Pipe and fittings 14 and greater to be LOK RING , FLEX RING, or TR FLEX. Drawing Sht. 10 shows 30 DI Pipe and fittings to be MJ restrained. What type of restraints will be accepted? What type of hardware will be required for rest glands? Flex -Ring and TR Flex will be accepted, in accordance with Section 026206. Stainless steel hardware will be required. S Will the pipe under structures required to be DI Pipe? The reference to "pipe under structures" is unclear. Pipe materials should be provided as indicated in the drawings. T How many Electrical controls, switches, relays and related appurtenances required for this project Please refer to the design documents, drawings, and technical specifications. The intent of this question is unclear. U What type of flex coupling and hardware be required for buried service couplings? see drawing 75, detail 366. Flexible joint couplings must be Dresser Style 38, Rockwell Style 411, Victaulic Depend -O -Lok - E x E, Type I!, or approved equal, unless otherwise noted. Restrained flexible couplings must be Victaulic Depend -O -Lok F x F, Type II, restrained Dresser, or approved equal. V Please reference sheets 10, 21, and 55. The 10" FE line between the new UV Structure and the Existing Reuse Water Pump Station is detailed differently on the electrical sheet #55 compared to the mechanical sheet # 21. If it is to be per the electrical sheet # 55, please provide details for the vault and the pipe sizes. Also, it does not appear that there is any power to this flowmeter on sheet # 55. The mag meter was removed from the project late in the design process. It was not removed from the electrical engineer's CAD basefile. The design shall be constructed according to the mechanical sheets and neither mag meter nor vault is intended for construction. W Please reference sheet 10. In the middle of the page, below the 10" FE line and east of the existing Reuse Pump Station, there is a call out for a 12" magnetic meter. What is this for and are there any more details for this? The mag meter was removed from the project late in the design process. This note is unnecessary and should be disregarded. X Reference sheet 19 and 34. Section A on sheet 34 shows flowable fill underneath the walkway and grade beam on the right side of this page. Is this the intent here? Sheet 19 appears to indicate a select material to be placed between this area and the flowable fill. Installing the Plowable fill per sheet 34 will be difficult and expensive. Also, on sheet 34, there appears to be minimal cover between the flowable fill and grade which can result in The flowable fill shown on sheet 34 is only to indicate that it has been considered in the design of the channel walls. The contractor may choose to compact select fill for all or a portion of the backfill against the structure as long as compact and testing requirements are met. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade— E10179 009101.01-6 Rev 0143-2016 Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade E10179 00 9101.01- 7 Rev 01-13-2016 the soil and grass washing out. Can the flowable fill stop at a lower elevation? Yshop Please provide the scope of supply and drawings for the equipment that has a pre -negotiated price shown on the bid form? Please refer to the technical specifications and sole source agreements in the appendices of the contract documents for this information. Shop drawings shall be provided by the selected contractor during the submittal phase of construction. Z Sheet 19 shows the cleaning tank liner to be provided by the UV mfg. We did not see this in the mfg spec or scope of supply. Please clarify who is to provide this? The liner shall be provided by the manufacturer. Contractor shall coordinate with manufacturer. AA We are unclear if the existing contact basin is to be abandoned in place or removed. Drawings show abandon but spec section 02-10-80 seams to indicate it is to be removed. Please clarify? Existing contact basins are already abandoned and should remain in place. BB Please provide a detail (size and rebar) for the crane foundation shown on sheet 35? Sheet 35 incorrectly shows the Cleaning Tank Liner labeled as Crane Foundation. The reinforcing for the Cleaning Tank Linear is given on Sheet 34, Section B. The foundation for the jib hoist does not require additional reinforcing from the channel top paving, 8" thick concrete with No. 4 bars at 12" on center each way. This reinforcing can verified once the shop submittals for the jib crane are reviewed. CC Will the Hobas pipe be supplied by the pre -negotiated supplier of the Tide -flex valve? And will it be pre assembled? The Hobas pipe section is the responsibility of the Contractor and will not be supplied by the valve manufacturer. Assembly will also be the responsibility of the contractor. DD Will manhole drops be required for the 4 lines that connect to the existing manhole on sheet 10? Manhole details show drops at the back of the plans. Manhole drops will not be required for this plant drain manhole. EE We're assuming this project is not AIS or Buy American, and that imported products are acceptable. Please confirm? Imported products, which conform to all requirements in the design and contract documents, are acceptable on this project. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade E10179 00 9101.01- 7 Rev 01-13-2016 FF Sheet 14, EF1, and other sheets have general notes calling out "Equipment by Filter Manufacturer", but more specific start and stop points of the filter manufacturer's scope for pipe and valves would be very helpful . For example, note 1 points to backwash pipe and valves. Does the filter manufacture's scope include the piping up to and including the flow meter, then stop ? The contractor picks up the pipe and this point, and continues to the manhole ? Please clarify the filter manufacture's pipe, valves, and equipment scope and specific limits on the plans. Contractor shall coordinate with each filter manufacturer to determine the exact transition from manufacturer to Contractor scope of supply. The supply is different for each of the manufacturers and coordination with each is the responsibility of the contractor to provide a complete and operable system. GG We found no P&ID drawings. Typically P&IDs are part of the plans. Please advise. A P&ID was not developed during the design phase of this project. HH Spec 026206.4 Joints specifies 12" and smaller pipe and fittings with Ebaa 1100 Megalugs. This product only applies to MJ fittings, not the pipe. This product is typically used in all sizes up to 48". Lok Ring, Flex Ring, TR Flex pertains to pipe joints, not fittings. Usually American and US pipe also have a field lock gasket to restrain pipe as well. Some flexibility with interpreting this spec would be helpful. Please confirm This Section is a City standard specification and does have some discrepancies with the design details. Some flexibility in interpreting this spec section will be provided and coordinated during the construction submittal phase. 11 Sheet 22 and 23, symbol note # 1 states to include all wetwell piping inclusive of the discharge elbow up to the blind flange on top of the wet well slab. I believe the pump manufacturer should pick up this discharge elbow. Please confirm if this is included in the allowance on the bid form. Discharge elbow is included in the allowance and scope of supply for the manufacturer. The discharge elbow must be installed by the contractor. Th submersible pump specification 44 42 54.04 page 8 states to provide 4 sets of stainless steel guiderails. The 4th set is for the future pump but is not called to be installed on the mechanical drawings. Please confirm if this 4th set of guiderails is required to be installed and if all guiderails are included in the allowance on the bid form. Please also confirm if any guiderail supports are required and if any cable hanger accessories are included. 4th set of guiderails is included in the allowance and scope of supply for the manufacturer. The guiderails must be installed by the contractor. Pump control panel is also included in the allowance. Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade— E10179 009101.01-8 Rev 01-13-2016 Please also confirm the pump control panel is included in the allowance_ KK For buried piping, at locations where we are to provide restrained flexible couplings, will a solid sleeve restrained with megalugs be acceptable? No, solid sleeve restrained with megalugs is not an acceptable substitution. LL Sheet 19, please provide details for the air scour piping and confirm if the UV supplier is to provide all of this piping and supports. Air scour system details should be obtained from the pre -selected manufacturer. According to Appendix 1 of the contract documents, the compressor, air hoses, and appurtenances are included in the manufacturer's scope of supply. MM Sheet 59, key note 4, we want to confirm that we are not to remove anything associated with the existing odor control, other than electrical related items. Only the electrical items associated with the odor control system are to be removed. The system itself should remain in place. END OF ADDENDUM NO. 1 Addendum No. 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 009101.01-9 Rev 01-13-2016 Addendum No. 1—Attachment 1 Page 1 of 6 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: March 9, 2016 A. E10179 Whitecap Wastewater Treatment Plant UV Disinfection System Upgrade. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid — Whitecap WWTP UV Disinfection System Upgrade, Project No. E10179 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDER, including those dealing with required Bonds. The Bid will remin subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 003000-1 REV 10-06.2015 Addendum No. 1 — Attachment 1 Page 2 of 6 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 003000-2 REV 10-06-2015 Addendum No. 1— Attachment 1 Page 3 of 6 C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidders entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ Add / Deduct Alternate 1 $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. Bid Acknowledgement Form 00 30 00 - 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10-06-2015 Addendum No. 1— Attachment 1 Page 4 of 6 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 —TIME OF COMPLETION 44 6.01 Bidder will complete the Work required to be substantially completed within 482 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 512 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. Bid Acknowledgement Form Whitecap WWTP UV Disinfection System Upgrade — E10179 003000-4 REV 10.06.2015 Addendum No. 1— Attachment 1 Page 5 of 6 ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. Bid Acknowledgement Form 00 30 00 - 5 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10.06-2015 Addendum No. 1 — Attachment 1 Page 6 of 6 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: {individual's signature Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - Whitecap WWTP UV Disinfection System Upgrade— E10179 REV 10-06-2015 00 30 01 BID FORM 00 30 01 BID FORM Addendum No. 1— Attachment 2 Page l of l Project Name: Whitecap WWTP UV Disinfection System Upgrade Project Number: E10179 Owner: City of Corpus Christi Bidder: Part A - GENERAL (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Jeff Edmonds, Director of Capital Programs Designer: Freese and Nichols, Inc. B Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - GENERAL (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization L5 1 $ - $ - A2 Ozone Advisory Day EA 1 $ - $ - SUBTOTAL PART A - GENERAL (Item Al) $ - Part B -WASTEWATER IMPROVEMENTS (per SECTION 01 2901 MEASUREMENT AND BASIS FOR PAYMENT) 51 WWTP Improvements and Modifications LS 1 1 1 $ - $ - SUBTOTAL PART B - WASTEWATER IMPROVEMENTS (Item B1) $ 592,000.00 $ - Part C -ALLOWANCES (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) C1 Allowance for UV Disinfection System LS 1 $ 592,000.00 $ 592,000.00 C2 Allowance for Re -Lift Pumps and Appurtenances L5 1 $ 794285.75 $ 79,285.75 C3 Allowance for Re -Lift Pump Station Check Valve and Appurtenances LS 1 $ 36,712.00 $ 36,712.00 C4 Allowance for AEP Contract Effort L5 1 $ 20,000.00 $ 20,000.00 C5 Allwance for Disposal of Contaminated Groundwater L5 1 $ 40,000.00 $ 40,000.00 SUBTOTAL PART C - ALLOWANCES (C1 THRU C5) $ 767,997.75 Part D- ADDITIVE / DEDUCTIVE ALTERNATE NO. 1 (per SECTION 0123 10 ALTERNATES AND ALLOWANCES) D1 Automatic Backwash Disk Filters manufactured by Aqua- Aerobic Systems, Inc. (ADD or DEDUCT) LS 1. SUBTOTAL PART 0 - ADDITIVE / DEDUCTIVE ALTERNATE NO. 1 (D1) BID SUMMARY SUBTOTAL PART A - GENERAL (Ita+m Al) $ SUBTOTAL PART B - WASTEWATER IMPROVEMENTS (Item B1) $ - SUBTOTAL PART C - ALLOWANCES (Items Cl thru C5) $ 767,997.75 • SUBTOTAL PART D - ADDITIVE / DEDUCTIVE ALTERNATE NO. 1 (Items 01) $ - TOTAL PROJECT BASE BID (PARTS A THRU C) TOTAL PROJECT BASE PLUS ALT BID (PARTS A THRU D) Contract Times Bidder agrees to reach Substantial Completion in 482 days Bidder agrees to reach Final Completion in 512 days 300 Addendum No. 1— Attachment 3 Page 1 of 9 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 — GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Whitecap Wastewater Treatment Plant Ultra -Violet (UV) Disinfection System Upgrade E10179 The project includes, but is not limited to, the following: New Cloth Disk Filters, structure, and appurtenances. New UV Disinfection Equipment, structure, and appurtenances. o New Parshall Flume, ultrasonic level sensor, structure, and appurtenances. New Re -Lift Pump Station, pumps, gates, piping, and appurtenances. ▪ New Electrical Control Room Building, equipment, and appurtenances. o New Electrical Generator, connections, and appurtenances. o New Diesel Fuel Tank, connections, and appurtenances. o New Plant Road, curb, and gutter. o Yard piping, grading, and additional improvements. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $6.200.000.00. The Project is to be substantially complete and ready for operation within 482 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. Invitation to Bid and Instructions to Bidders 00 21 13 - 1 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10-6-2015 Addendum No. 1— Attachment 3 Page 2 of 9 ARTICLE 3 — PRE-BID CONFERENCE 3.01 A non -mandatory pre-bid conference for the Project will be held on February 24, 2016 at 10:00am at the following location: Whitecap WWTP 13409 Whitecap Blvd Corpus Christi, Texas 78418 ARTICLE 4 — COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 4.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 5 — EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. Invitation to Bid and Instructions to Bidders 00 2113 - 2 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10.6.2015 Addendum No. 1 — Attachment 3 Page 3 of 9 ARTICLE 6 — INTERPRETATIONS AND ALTERNATE BIOS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 7 — BID SECURITY 7.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 7.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 7 below. 7.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. invitation to Bid and Instructions to Bidders 00 21 13 - 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10-6.2015 Addendum No. 1— Attachment 3 Page 4 of 9 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8 — PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 9 — DELIVERY OF BIDS 9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 9.02 Bids must be received no later than March 9, 2016 at 2:00pm to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1" floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. 9.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi Invitation to Bid and Instructions to Bidders 00 2113 - 4 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10-6-2015 Addendum No. 1— Attachment 3 Page 5 of 9 City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Whitecap WWTP UV Disinfection System Upgrade (Project No. E10179) All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 10 — CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of "confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11— MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12 — OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at 2:00pm on March 9. 2016. at the following location: City Hall Building - City of Corpus Christi Invitation to Bid and Instructions to Bidders 00 2113 - 5 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10•6-2015 Addendum No. 1— Attachment 3 Page 6 of 9 First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13 — BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14 — STATEMENT OF EXPERIENCE 14.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 15 — EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 15.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 16 — AWARD OF CONTRACT 16.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non -conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 16.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. Invitation to Bid and Instructions to Bidders 00 21 13 - 6 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 10.6.20L5 Addendum No. 1— Attachment 3 Page 7 of 9 ARTICLE 17 — MINORITY / MBE / DBE PARTICIPATION POLICY 17.01 Selected Contractor is required to comply with the Owner's Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 17.02 Minority participation goal for this Project has been established to be 45% of the Contractor's Aggregate Workforce. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract's Aggregate Workforce. ARTICLE 18 — BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 18.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 19 — SIGNING OF AGREEMENT 19.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 20 — SALES AND USE TAXES 20.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Txas and is usually not subject to any City or State sales or use takes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 20.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 21— WAGE RATES 21.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in Invitation to Bid and Instructions to Bidders 00 2113 - 7 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV IO.6-2015 Addendum No. 1 — Attachment 3 Page 8 of 9 SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 22 — BIDDER's CERTIFICATION OF NO LOBBYING 22.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 23 —CONFLICT OF INTEREST 23.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 24 - REJECTION OF BID 23.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre -Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 23.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of Invitation to Bid and instructions to Bidders Whitecap WWTP UV Disinfection System Upgrade — E10179 002113-8 REV 10-6-2015 Addendum No. 1— Attachment 3 Page 9 of 9 clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post -Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). I. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION Invitation to Bid and Instructions to Bidders 00 2113 - 9 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 1o•6 -2a15 Addendum No. 1—Attachment 4 Page 1 of 10 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1'000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ►_+ Required a Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price ►_ Required In Not Required Installation Floater Equal to Contract Price ►,� Required • Not Required _ Owner's Protective Liability Equal to Contractor's liability insurance ® Required El Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007201-1 REV 07.03.2014 Addendum No. 1 — Attachment 4 Page 2 of 10 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact} any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007201-2 REV0743 2014 Addendum No. 1 — Attachment 4 Page 3of10 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) 150 commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contrlactor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b} Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; Insurance Requirements 00 72 01- 3 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 07-03 2014 Addendum No. 1— Attachment 4 Page 4 of 10 g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employers liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01- 4 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 07.03 2014 Addendum No. 1 — Attachment 4 Page 5 of 10 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of tl�e Project. This policy is subject to the deductible amounts requirements in this Section or t ose required by Laws and Regulations and must comply with th4 requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition Insurance Requirements 00 72 01- 5 Whitecap WWTP UV Disinfection System Upgrade—E10179 REV 07.03.2014 Addendum No. 1 — Attachment 4 Page 6 of 10 occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. Insurance Requirements 00 72 01- 6 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 07.032014 Addendum No. 1— Attachment 4 Page 7 of 10 B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for Toss or damage. Contractor and insurers waive all rights against the Owner's indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or Insurance Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007201-7 REV 07.03 2014 Addendum No. 1— Attachment 4 Page 8 of 10 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 —TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. Insurance Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007201-8 REV 07.03.2014 Addendum No. 1—Attachment 4 Page 9 of 10 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Insurance Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007201-9 REV 07.03.2014 Addendum No. 1 — Attachment 4 Page 10 of 10 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 Whitecap WWTP UV Disinfection System Upgrade — E10179 REV 07-03.2014 Addendum No. 1 — Attachment 5 Page l of 6 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007202-1 REV 06-12-2015 Addendum No. 1— Attachment 5 Page 2 of 6 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) Wage Rate Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007202-2 REV 06-122015 Addendum No. 1 - Attachment 5 Page 3 of 6 B. Prevailing Wage Rate -TX - 31 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricia Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the E0 is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Wage Rate Requirements Whitecap WWTP UV Disinfection System Upgrade - E10179 007202-3 REV 06-12-2015 Addendum No. 1 Attachment 5 Page 4 of 6 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion Wage Rate Requirements Whitecap WWTP UV Disinfection System Upgrade - E10179 007202-4 REV 06-12-2015 Addendum No. 1— Attachment 5 Page 5 of 6 date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rates Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications, however, 100P of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals frc•m which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offi;:es have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory,' then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an Wage Rate Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007202-5 REV 06-12-2015 Addendum No. 1 — Attachment 5 Page 6 of 6 interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements Whitecap WWTP UV Disinfection System Upgrade — E10179 007202-6 REV 06-12-2015 Addendum No. 1— Attachment 6 Page 1 of 3 0123 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. Alternates and Allowances Whitecap WWTP UV Disinfection System Upgrade — E10179 01 23 10 • 1 11-25-2013 Addendum No. 1— Attachment 6 Page 2 of 3 c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALLOWANCES A. Allowance C1 — Allowance for UV Disinfection System: 1. The sum of $592,000.00 to be used for the purchase of UV disinfection system and appurtenances as defined in Specification Section 46 69 59. B. Allowance C2 — Allowance for Re -Lift Pumps and Appurtenances: 1. The sum of $79,285.75 to be used for the purchase of re -lift pumps and appurtenances as defined in Specification Section 44 42 56.04. C. Allowance C3 — Allowance for Re -Lift Pump Station Check Valve and Appurtenances: 1. The sum of $36,712.00 to be used for the purchase of re -lift pump station check valve and appurtenances as defined in Specification Section 33 12 16.37. D. Allowance C4 — Allowance for AEP Contract Effort: 1. The sum of $20,000 to be used for the contracting of AEP to remove existing service, remove existing padmount transformer, and to install new service and new padmount transformer. Contractor to provide Owner with AEP's final cost and Contract payment shall be adjusted, accordingly. E. Allowance C5 — Allowance for Disposal of Contaminated Groundwater Alternates and Allowances Whitecap WWTP UV Disinfection System Upgrade — E10179 012310-2 11-25-2013 Addendum No. 1— Attachment 6 Page 3 of 3 1. The sum of $40,000 to be used for the disposal of contaminated groundwater, if disposal is deemed necessary. See Section 01 57 00 Paragraphs 1.11 and 1.12. 1.04 DESCRIPTION OF ALTERNATES A. Alternate D1— Automatic Backwash Disk Filters manufactured by Aqua -Aerobic Systems, Inc.; 1. Bid shall include the cost addition or cost deduction, whichever is applicable, for the substitution of Automatic Backwash Disk Filters manufactured by Aqua -Aerobic Systems in lieu of Automatic Backwash Disk Filters designated in the Base Bid. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Whitecap WWTP UV Disinfection System Upgrade — E10179 012310-3 11-25-2013 Addendum No. 1 — Attachment 7 Page 1 of 9 46 61 41-T AUTOMATIC BACKWASH DISK FILTERS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to install and test a complete automatic backwash disk filter system including drive assembly, backwash assembly, valves, electrical controls with components as specified and required piping as shown on the drawings and as specified herein. The filter system equipment being provided shall have disks that filter from the outside towards the inside based on the manufacturer's standard design. The automatic backwash disk filter system shall be furnished and/or coordinated by a single manufacturer. B. Each of the disk filters shall consist of individual disks of the number required, concrete tank assembly supports, backwash vacuum assembly with pump(s), backwash trough or piping, valves and drive mechanism, automatic control system and components as specified. Inside -to -outside flow type disk filters with partially submerged disks are not acceptable. C. Each filter system/unit shall be designed for installation in a concrete basin, as shown on the plans. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: The intent of these specifications is to purchase a quality product of the manufacturer's latest design, meeting the minimum standards set forth. Recent design improvements not covered by these specifications shall be presented to the Engineer for his decision as to their use. Filters shall be manufactured by one of the following: 1. Alfa Laval Ashbrook Simon -Hartley Operations, Inc. 2. Aqua -Aerobic Systems, Inc. B. Manufacturer's Representative for Startup and Testing: The services of the manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, and troubleshooting. The equipment manufacturer shall furnish the service of a factory -trained rerlresentative for a total of four (4) working days, excluding travel, and two (2) separate trips. These two trips shall consist of one (1) trip to monitor the installation and one (1) trip for startup and instruction of the plant operating personnel. 1.03 PERFORMANCE REQUIREMENTS A. Three filter units/systems shall be provided, each capable of meeting the performance criteria as listed below. Each filter unit shall be designed at a maximum hydraulic loading rate of 6.51 gpm/sq.ft. of true and effective filtration area of each panel at peak flow. Impervious surfaces such a filter frame, filter boxes and other hardware does not account as true and effective filtration area. Automatic Backwash Disk Filters 46 61 41-T - 1 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 — Attachment 7 Page 2 of 9 B. Effluent filtration area shall be defined as only the portion of the disk that is submerged during filtration and shall not include any impervious areas. Any disk area that is not submerged shall not be considered as effective area. C. The automatic backwash filter system shall be suitable for filtering domestic wastewater after secondary treatment and clarification from an activated sludge process. Each filter shall be designed to operate on a continuous basis and shall be designed to operate while receiving varying flows. Filters shall be capable of meeting the following performance requirements, with 2 of 3 units in service and 1 unit on stand-by. PERFORMANCE CRITERIA Average Daily Flowrate, MGD (gpm) Peak Daily Flowrate, MGD (gpm) Maximum Influent T55, mg/L Average Influent TSS, mg/L Average Effluent Suspended Solids TSS, mg/L Average Effluent Turbidity, NTU FILTER DESIGN DATA Filter Cloth Material Nominal Media Rating (um) Number of Filter Units Number of Filter disk per unit Filter Disk Diameter, ft. Effective Filter Surface Area per unit, ft2 Materials of Construction FILTER DRIVE UNIT Drive Motor (1 per unit), maximum Drive Motor Service Factor, minimum BACKWASH CLEANING SYSTEM — Per Manufacturer Backwash Spray/Vacuum Shoes per Disk Backwash Pumps Backwash Flowrate, gpm Backwash Flow, % of Influent Backwash Pump(s) HP (maximum) FILTER HYDRAULICS Influent Weir Gate Elevation (Fully Open), Ft. Effluent Weir Elevation (If Needed), Ft. Emergency Overflow Weir Elevation, Ft. VALUE 2.5 (1,736) 7.5 (5,208) < 30 15 <5 3 Cloth (Fiber pile) 10 3 [2 duty, 1 stand-by] Per Manufacturer Per Manufacturer 400 minimum 316 5S and plastics 3 HP, 460v, 3 phase 1.1 Linear Drive or In-line Helical Gear w/ Non -Metallic Chain and Sprocket Per Manufacturer Per Manufacturer Per Manufacturer <3% 6 HP (total per filter), 460V, 3 Phase 10.36 8.68 10.55 Automatic Backwash Disk Filters 46 6141-T - 2 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1— Attachment 7 Page 3 of 9 D. Disk filter manufacturer shall provide all equipment to fully function and to comply with the hydraulic and performance requirements above. 1.04 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 01 SUBMITTAL REGISTER and shall include: 1. Shop drawings including dimensioned, to -scale drawings of equipment showing its proposed installation in this facility. Where piping, structural components, etc. are involved, drawings shall show clearly that the proposed equipment will fit into the plant design without significant modifications and will function as intended in conjunction with other plant items. Modifications to plant structures, piping, electrical, etc. shall be made at the Contractor's expense and only after approval by the Engineer. 2. Control details and electrical schematic diagrams and wiring diagrams. 3. Recommended spare parts. 4. Operation and Maintenance Manuals B. Information required for approval by the Engineer prior to incorporation into the project shall include the following as a minimum requirement: 1. Certified dimension prints detailing all required anchor bolt locations and conduit stub - outs. Submit dimensioned to -scale drawings showing installation of equipment for this specific application. 2. Specifications for all electrical and mechanical components and complete wiring diagrams for all components. 3. Manufacturer's recommended procedures for jobsite storage and handling of equipment. C. Operation and Maintenance Manuals: Prior to delivery of equipment and updated as required during installation of the equipment, the manufacturer shall furnish complete and detailed installation, operation and maintenance manuals which shall include the following information as a minimum requirement: 1. Assembly, installation and adjustment instructions. 2. Lubrication and maintenance instructions. 3. Complete descriptive literature of all materials and components furnished. 4. Erection drawings with equipment mark numbers. 5. Complete operating instructions for controlling, modifying, and operating the equipment provided for this facility. 1.05 STANDARDS A. Applicable Standards 1. ASTM —American Society for Testing and Materials 2. AISI — American Iron and Steel Institute 3. AGMA — American Gear Manufacturer's Association 4. NEMA — National Electrical Manufacturer's Association Automatic Backwash Disk Filters 46 61 41-T 3 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 Attachment 7 Page 4 of 9 5. NEC— National Electrical Code B. Welding shall be in accordance with the latest applicable American Welding Society Code. Provide certification that welders meet the AWS qualification tests. 1.06 EXPERIENCE REQUIREMENTS A. The Disk Filter Manufacturer shall have experience in the design and manufacturer of the specified technology for a minimum of five (5) years of satisfactory service at five or more municipal wastewater treatment facilities in the U.S. 1.07 GUARANTEE AND WARRANTY A. Manufacturer shall warrant that the complete system shall be free from defective material and workmanship for a period of 1 year from date of issue of Certificate of Substantial Completion as defined in Section 00 72 00, "General Conditions." 1.08 DELIVERY AND STORAGE A. All equipment shall be shipped and delivered fully assembled, except where partial disassembly is required in order to conform to transportation regulations or for the protection of the components. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. 2.00 PRODUCTS 2.01 MATERIALS A. All fabricated materials shall be 316 SS stainless steel. All welding shall conform to the latest standards of the American Welding Society. Filter media support grid shall be fabricated from stainless steel or non -corrosive material. 2.02 EQUIPMENT A. General: 1. The equipment being provided under this specification section shall meet the design criteria and performance requirements as specified herein and as shown on the drawings. The equipment shall be the standard product of the listed acceptable manufacturers. The requirements as specified herein may present features of one manufacturer more than the other listed manufacturers, but the intent is that equipment that meets the design and performance requirements are acceptable. The equipment Manufacturer shall be responsible ultimately in designing and providing a Automatic Backwash Disk Filters 46 61 41-T - 4 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 —Attachment 7 Page 5 of 9 filtration system that meets the performance criteria and the minimum requirements as set forth in these documents and as shown on the drawings, 2. All motors, pumps, and bearings shall be designed for continuous duty and long operating life in high humidity atmosphere. All motors and pumps shall be 460 volt, 60 hertz, 3 phase. B. Filter Tank: 1. The filter tank shall be constructed of concrete by the Contractor with structural internal support members designed and provided by the filter manufacturer for the service intended. All structural shapes shall be designed with adequate strength to withstand all Toads during fabrication, shipping, unloading and operations. 2. If required, each filter basin shall be equipped with an effluent discharge plate, with a built-in emergency overflow weir, supplied by the filter manufacturer as shown in the project plans. C. Filter Disk: 1. The filter disk frame shall be constructed from 316 SS stainless steel or suitable non- corrosive materials as an integral unit completely welded and supported for all operating and installation loads. The filter assembly shall be composed of removable disks. Each disk shall be constructed in one, two or multiple easily removable sections. 2. Each disk shall be secured in place in the filter basin. The disk supports shall be designed to withstand all loads of the disk and cleaning mechanism. D. Backwash Assembly: 1. The filter manufacturer shall provide a system for efficiently and simultaneously backwashing the filter media on both sides of each disk. The backwash system shall be a vacuum system per the manufacturer's standard system. The system shall be designed by the manufacturer and shall include all components required to completely backwash the filter disks. Filter effluent shall be the backwash source and the filter manufacturer shall provide backwash pumps that will provide adequate pressure and flow. 2. The backwash pumps shall be self -priming, centrifugal pumps designed for domestic wastewater applications. The pump shall be sized to provide adequate suction for cleaning the media surface as determined by the filter manufacturer. 3. Each filter unit shall be equipped with a water level sensor capable of a continuous measurement of the liquid level in the filter basin and a backwash interval timer. The backwash cycle shall be activated by a level sensor in the filter basin, when the backwash interval timer has lapsed or with a manual control switch. Control switch will allow a manual backwash cycle to be initiated. 4. Filtering shall not be interrupted during normal backwashing and sludge withdraw operations. Each filter shall have adequate number of backwash valves and sludge valves. 5. Each filter shall include a solids waste removal system consisted of perforated manifold, mounted on the floor of the filter basin. The manifold shall be designed to siphon settled solids for waste discharge through the backwash/waste pump. The operation of Automatic Backwash Disk Filters 46 6141-T - 5 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 — Attachment 7 Page 6 of 9 the solids waste removal system shall be automatic with user adjustable intervals and duration through the operator interface. 6. Each backwash pump shall be supplied with a pressure gauge and 3" ball valve, as indicated in the construction drawings. All pressure gauges shall be 2 -1/2 -inch diameter and have a scale from 0 to 40 psi. They shall be silicone liquid filled, and shall have stainless steel case, bourdon tube, movement and ring with a polycarbonate temperature compensating window. Accuracy shall be ANSI Grade B minimum. 7. Contractor shall be responsible for coordination with the manufacturer for the supply and installation of all the piping, fittings, valving, wiring, pressure gauges, flow meters, valve actuators, etc. of the backwash assembly for a complete and operable system. E. Drive Assembly: 1. Each filter unit shall have a minimum of one drive motor assembly and shall be mounted above liquid level. The drive assembly shall be incorporated to rotate or move the center drum/disk assembly or the backwash shoe assembly as required to fully cover the surface of each disk. The motor shall be of the "energy saving" type and have a minimum service factor of 1.1. 2. The drive motor assembly shall be mounted on a 316 stainless steel motor bracket/platform that incorporates adjustable placement capabilities. The motor may be direct coupled to the unit or chain driven per the manufacturers recommendations. Chain drive shall be suitable for operation in a partly submerged condition and in a wetted environment. 3. Drive motor shall be 460 volt, 3 phase, 60 Hz rated for a maximum 2 HP. F. Control Panel and Operation: 1. Electrical equipment shall be provided in accordance with Division 26 and 40 specifications. 2. The automatic and manual controls for operation of the disk Filter Systems shall be furnished fully assembled, wired and pre-programmed in a NEMA 316 stainless steel and UL certificated control enclosure. Controls shall be provided to control or monitor equipment as described herein. All control enclosures shall be custom assembled and wired in an Underwriters Laboratory (UL) certified shop. 3. The automatic controls for the disc filter operation shall be furnished as an integral part of the system and shall be supplied by the disk filter manufacturer and shall include but not be limited to the following components: a. NEMA 4X 316 Stainless Steel wall mounted enclosure. b. NEMA motor starter with over -current protective devices and overloads c. Selector switches and pilot lights d. Magnetic circuit breakers e. Power transformer (CPT) f. Stirring fan g. 20 amp quad receptacle h. PLC hardware i. 12 inch OIT color touch screen, panel mounted PC j. Relays Automatic Backwash Disk Filters 46 6141-T - E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 — Attachment 7 Page 7 of 9 k. liquid level sensing system 4. The control panel will be provided a single 460v, 3-phase, 60 Hz and shall include a 120v, 1 phase, 60 Hz control power transformer. 5. The main disconnect shall be enclosed in the control panel, with a handle mechanism extending through the door. 6. The backwash cycle is initiated by the level sensor located in the filter tank. The filter drive/backwash unit and the backwash pumps are activated, and an electric actuated valve opens to begin the backwash sequence. The backwash cycle shall last until all the disks are backwashed. 7. Control system will also allow for continuous back washing in HAND mode. 8. The panel operational sequence shall include a sludge draw -off adjustable timer. This timer shall be pre-set and field adjustable from the touch screen panel. 9. All pre-set timers shall be adjustable from the touch screen without having to enter the control panel. 10. The control panel shall incorporate a complete manual override system and all switches, lights and necessary components shall be furnished. 11. The contractor is responsible for all field wiring and interconnecting conduit between the supplied control panel and the disk filter equipment. The filter supplier shall provide all necessary diagrams and schematics for a complete system. 12. OIT shall include a sun screen cover. 2.03 SPARE PARTS A. Spare parts shall be provided for the filtration system as recommended by the equipment manufacturer. Spare parts shall be delivered to the Owner's Representative prior to final acceptance of the project. B. SPECIAL TOOLS: Any special tools necessary to assemble and service any item of equipment shall be furnished with that item. Each special tool shall be properly marked to indicate the equipment for which it is to be used. C. At minimum, spare parts shall include: 1. Two sets of cloth to replace cloths for 2 discs 2. One backwash valve with actuator (size per manufacturer) 3. One level sensor transducer 4. Three sets of backwash flexible tubing (if required) 3.00 EXECUTION 3.01 PREPARATION A. Blast and paint all materials in accordance with Section 09 96 00-T, "Protective Coatings". Automatic Backwash Disk Filters 46 61 41-T - 7 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 — Attachment 7 Page 8 of 9 3.02 INSTALLATION A. Installation of the disc filter system shall be in strict accordance with the contract documents and the Equipment Manufacturer's recommendations, instructions and shop drawings. The Contractor will provide all supports and anchoring required to install the disc filter units per the manufacturer's recommendations. If not supplied by a disk filter manufacturer, the plumbing/interconnecting piping and electrical connections shall be provided by the Contractor as detailed on the drawings and specifications. Installation of the equipment shall be in complete accordance with the manufacturer's recommendations. B. Acceptance Test: Upon completion of installation of equipment, conduct an acceptance test to verify the satisfactory operation of each unit. Conduct test in a manner approved by and in presence of Engineer. Check unit for leakage, general operation, etc. Units must perform in a manner acceptable to Engineer before final acceptance will be made by Owner. 3.03 PERFORMANCE TEST PERIOD A. The ability of the Process to satisfy the requirements of the performance guarantee will be determined on the basis of a one (1) year of operation and testing hereinafter referred to as the "Performance Test Period". B. Within sixty (60) to one hundred eighty (180) days, or at a time mutually agreeable to the Owner and filter process equipment supplier, and after the Wastewater Treatment Plant and the filter process have been placed into continuous service and have achieved equilibrium operating conditions, initial tests shall be conducted to measure compliance with the performance guarantees set forth in Paragraph 1.02.0 of this document. C. The Owner's personnel shall operate the Process, take the specified measurements and samples, and conduct the testing. The testing shall be conducted in accordance with the most recent edition of "Standards Methods for the Examination of Water & Wastewater" published jointly by the American Public Health Association (APHA), American Water Works Association (AWWA) and Water Environment Federation (WEF). D. Testing and Measurements during the one (1) year Performance Test Period shall consist of the following: 1. Daily Composite Samples & Measurements a. Effluent composite sample total suspended (mg/I) 2. Daily Composite Samples & Measurements a. Filter influent sample total suspended solids (mg/I). 3. Sample Collection and Laboratory Tests will be conducted by the Owner. E. In the event that the guaranteed performance is not obtained, the following steps shall be taken: 1. If necessary, the process equipment supplier shall take all necessary steps it deems necessary, at no cost to the Owner, to fulfill its performance guarantees herein; Automatic Backwash Disk Filters 46 61 41-T - 8 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1— Attachment 7 Page 9 of 9 including, but not limited to, repairing, modifying, and/or replacing any of the equipment, provided by equipment supplier, causing the process not to produce the guaranteed effluent quality; and/or correct, alter, modify or change the Process to enable it to produce the guaranteed effluent quality up to 100% of the purchase price of the equipment. 2. The Owner shall pay for laboratory test costs and/or repair or modification costs if the failure is determined to be due to an overload, or the influent is noncompliant with the influent conditions described in Paragraph 1.03.0 of this guarantee. END OF SECTION Automatic Backwash Disk Filters 45 61 41-T - 9 E10179 — Whitecap WWTP UV Improvements Project Addendum No. 1 - Attachment 8 Page 1 of 5 Appendix 5 Procedures for Authorized Discharge of Groundwater Addendum No. 1- Attachment 8 Page 2 of 5 REQUEST FOR AUTHORIZATION TO DISCHARGE GROUNDWATER TO THE CITY OF CORPUS CHRISTI MUNICIPAL SEPARATE STORM SEWER SYSTEM (MS4) Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated start and duration of project: Linear Project: Yes/No Pollution Prevention Measures Implemented: I, , certify that all sampling and analysis of ground water has been (Printed Name) completed and meets the requirements of an authorized discharge to the City of Corpus Christi's MS4. I also acknowledge that 1 am obligated to immediately cease discharge and notify the MS4 Operator if contamination is detected by either sensory or analytical means Copy of the TCEQ Notice of Intent (NOI) and discharge permit if applicable Signature Date Addendum No. 1- Attachment 8 Page 3 of 5 PROCEDURES FOR AUTHORIZED DISCHARGE OF GROUNDWATER TO THE CITY OF CORPUS CHRISTI MUNICIPAL SEPARATE STORM SEWER SYSTEM (MS4) (STORM WATER DRAINAGE SYSTEM) AUTHORIZATION: The authorization for this requirement of testing the groundwater prior to discharge is found in City of Corpus Christi Code of Ordinances, Article XVI. Section 55-203, Prohibited Discharges into the MS4, Ordinance No. 022583. Paragraph c (1) describes allowed discharge. including "uncontaminated groundwater." Paragraph (e) discusses using sampling and testing as a defense to an illicit discharge by proving the discharge is equal to or better than the quality of the first natural body of water. This requires testing of both the receiving water and the groundwater. All steps of this procedure shall be completed prior to any discharge of groundwater to the MS4. STEPS TO DETERMINE AN ALLOWABLE DISCHARGE TO THE MS4: 1. IDENTIFY THE FIRST RECEIVING WATER When the first water body is a fresh water system (Nueces River or Oso Creek,) the analysis typically fails because our groundwater is too high in Total Dissolved Solids (TDS.) Alternative methods for groundwater discharges shall be considered, such as; discharge to adjacent fields with no run off (with permission of property owner required), permitted discharge to the wastewater collection system (826-1817 for permit), tanking and hauling for legal disposal, or using for dust control. If the first receiving water is a marine environment, proceed with step two to compare the groundwater quality to the receiving water quality. 2. COMPARE GROUNDWATER DISCHARGE QUALITY TO RECEIVING WATER QUALITY The attached sheet, Groundwater Discharge Limits, provides the baseline parameters for comparison, Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the groundwater results for TSS and TDS are less than or equal to the receiving water, then the discharge may be authorized as long as the discharge does not exceed the limits for the hydrocarbon parameters. Note that the receiving water only needs to be tested initially as a baseline. The groundwater shall be tested weekly to determine compliance. Addendum No. 1 Attachment 8 Page 4 of 5 3. ANALYZE GROUNDWATER FOR HYDROCARBON CONTAMINATION All other parameters listed on the attached Groundwater Discharge Limits shall be analyzed prior to discharge to the storm water system. If no limits are exceeded, groundwater discharge to the MS4 may be authorized following notification to the MS4 operator and all pollution prevention measures for the project are in place. Analytical results shall be retained on site or readily available for review by local, state, or federal inspectors. POLLUTION PREVENTION MEASURES: A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any groundwater discharge to the MS4. The plan's objectives are to limit erosion and scour of the MS4, minimize TSS and other pollutants, and prevent any damage to the MS4. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the MS4, the responsible party shall remediate any damage to the MS4 to the satisfaction of the MS4 operator. MS4 OPERATOR NOTIFICATION The MS4 operator shall be notified prior to groundwater discharge to the MS4. Notification may be sent via email to: CrystalY@cctexas.com or by fax to (361) 826-1889, or via hardcopy to: Crystal Ybanez City of Corpus Christi Utilities Work Coordinator - Water Quality PO BOX 9277 Corpus Christi, TX 78469-9277 Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated start and duration of project: Linear Project: Yes/No Pollution Prevention Measures Implemented: Statement indicating all sampling and analysis has been completed and meets the requirements of an authorized discharge. Copy of the TCEQ Notice of Intent (NOI) and discharge permit if applicable Addendum No. 1- Attachment 8 GROUNDWATER DISCHARGE LIMITS Comments Results used to determine if GW is °:. to receiving water quality Results used to determine if GW is _ to receiving water quality Initial testing determines whether these two values are less than the receiving water the water will be discharged into. Sample must be taken from the receiving water as well as the groundwater. Initial testing determines whether these two values are less than the receiving water the water will be discharged into. Sample must be taken from the receiving water as well as the groundwater Initial TPH should identify any petroleum contamination.. If pumping is to last less than one week then the initial testing prior to discharge is the only one required. 1! none is detected, then the weekly and monthly samples below are not required Values and frequencies of this and next parameters were set by TCEQ Sum of benzene, toluene, ethylbenzene, and total xylenes Sum of acenaphthene, acenapthylene, anthracene, benzo(a)anthracene, benzo(b)fluoranthene, benzo(k)fluoranthene, benzo(ghi)perylene, benzo(a)pyrene, chrysene,dibenzo(a,h)anthracene,fluoranthene,fluorene,ideno(1,2,3-cd)pyrene, naphthalene, phenanthrene, and pyrene methyl tert-butyl ether Maximum Limitation (mgIL) Receiving Water TDS Receiving Water TSS _ 6-9 standard units 15.0 (TCEQ method 1500) CS 0 kri o 0 o o+n c 0 o c Monitoring Frequency C.) O u O r.) 0 ca O T X 3 T X 3 weekly T X 3 T SCie 1 3 monthly T a 3 Parameter Receiving Water Total Dissolved Solids (TDS) Receiving Water Total Suspended Solids (TSS) Groundwater Total Dissolved Solids (TDS) Groundwater Total Suspended Solids (TSS) CL, Total Petroleum Hydrocarbons Total Lead Benzene Total BTEX Polynuclear Aromatic Hydrocarbons * MTBE * * Only required if TPH identifies petroleum contamination