Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-600 - 12/13/2016 - Approved
2016-600 • 9 12/13/16 M2016-155 Associated Construction Partners 00 52 23 AGREEMENT This Agreement, for the Project awarded on December 13, 2016, is between the City of Corpus Christi (Owner)and Associated Construction Partners, Ltd. (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: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No.7389. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Coym,Rehmet&Gutierrez Engineering, L.P.—J. Don Rehmet, P.E., R.P.L.S. 5656 S.Staples,Suite 230 Corpus Christi,Texas 78411 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 400 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 430 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement 00 52 23-1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 INDEXED i CONTRACT DOCUMENTS FOR CONSTRUCTION OF Sharpsburg lift Station and Up River Road Force Main Rehabilitation Project No. 7389 City of Corpus Christi Coym, Rehmet&Gutierrez Engineering, L.P. TBPE Firm Reg.No.F-388 TBPLS Firm Reg. No. 101040-01 5656 S.Staples, Suite 230 Corpus Christi,Texas 78411 Phone: 361-991-8550 Fax:361-993-7569 Email:crg@crgei.com �QpOooa OF o :�,�P� s 4 4 0 NONNONONNONNO NO� % •••................... ...... ••• / JOSE B. MARTINEZ AR JOSEPH DON REHMET O O NOOOOOONONNONNO ON�'�] � , ob 89385ii;12O361515 Record Drawing Number STL 170 006 �'�; TONAL' 4 pl l 4+ 00 01 00 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement(Rev 01-13-2016) 006113 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Revo1-13-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 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 000100- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 Division/ Title Section 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing& Stripping(Rev 10-30-2014) 021040 Site Grading (Rev 10-30-2014) 021080 Removing Abandoned Structures (Rev 10-30-2014) 022020 Excavation & Backfill for Utilities(Rev03-25-2015) 022021 Control of Ground Water(Rev 10-30-2014) 022022 Trench Safety for Excavations (Rev 10-30-2014) 022100 Select Material (Rev 10-30-2014) 022420 Silt Fence (Rev 10-30-2014) 025610 Concrete Curb &Gutter(Rev 03-25-2015) 025612 Concrete Sidewalks & Driveways (Rev03-25-2015) 025802 Temporary Traffic Controls During Construction (Rev 10-30-2014) 026202 Hydrostatic Testing of Pressure Systems (Rev 10-30-2014) 026206 Ductile Iron Pipe & Fittings(Rev 10-30-2014) 026210 PVC Pipe — AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains(Rev 03-25-2015) 026214 Grouting Abandoned Utility Lines (Rev 10-30-2014) 026404 Water Service Lines (Rev 03-25-2015) 026409 Tapping Sleeves and Tapping Valves (Rev03-25-2015) 026411 Gate Valves for Waterlines(Rev 03-25-2015) 026602 Wastewater Force Main (Rev 10-30-2014) 026604 Air Release Valve for Wastewater (5-96)* 027200 Control of Wastewater Flows (Temporary Bypass Pumping Systems) (Rev 10-30-2014) 027203 Vacuum Testing of Wastewater Manholes and Structures(Rev 10-30-2014) 027205 Fiberglass Manholes (Rev03-25-2015) 027602 Gravity Wastewater Lines (Rev 07-01-2015) 027604 Disposal of Waste from Wastewater Cleaning Operations(Rev 10-30-2014) 028340 Chain Link Security Fence (Rev 10-30-2014) 030020 Portland Cement Concrete(Rev 10-30-2014) Table of Contents 000100-2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 Division/ Title Section 032020 Reinforcing Steel (Rev 10-30-2014) 037040 Epoxy Compounds (5-44)* 038000 Concrete Structures(Rev03-25-2015) 055420 Frames, Grates, Rings & Covers (Rev03-25-2015) 099020 Painting (5-56)* 113100 Fiberglass Reinforced Plastic Wet Well (5-64)* 151020 Check Valves (5-104)* 151030 Eccentric Plug Valves (5-105)* 151502 Ultrasonic Doppler Flowmeter and Recorder (5-118) Part T Technical Specifications 016510 Testing and Startup 028020 Cement Stabilized Sand 022410 Storm Water Pollution Prevention 130800 Passive Earth Filter 139000 SCADA System 139800 Pump Controls 151620 Submersible Pumps For Wastewater 160100 Electrical General Requirements 161700 Grounding and Bonding 162350 Engine Generator Systems 164020 Electrical Wiring Systems 164210 Utility Service Entrance 164430 Motor Control Center 164500 Enclosed Adjustable Frequency Controller(1-500 HP) Part 1 164610 Dry Type Transformer 164700 Panelboards 164960 Automatic Transfer Switch 165730 Overcurrent Protective Device Coordination Study 169200 Packaged Control Room 169800 Level Transmitter 169900 Ultrasonic Flow Measuring Equipment Table of Contents 000100-3 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 Division/ Title Section Appendix Title Geotechnical Report: Subsurface Investigation, Laboratory Testing Program and A Foundation Recommendations for the Proposed Sharpsburg Lift Station. Rock Engineering and Testing Laboratory, September 1, 2009. B DOW Seadrift Pipeline Corp. Pipeline Crossing Permit END OF SECTION Table of Contents 000100-4 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 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: A. Sharpsburg Lift Station and Up River Road Force Main Rehabilitation consists of replacing three submersible pumps, piping, and controls with four new 85 HP pumps, providing new wet well top, grouted bottom of wet well contour, above grade piping and manifold, 245 If of new 20" PVC force main, 1,545 If of new 6" PVC force main, 60 If of new 24" PVC gravity line into the wet well with two 5' manholes, dismantling the existing valve pit structure, new access hatches at each pump location, new control building, standby generator and transformer, new odor control system, SCADA system upgrade, site concrete paving, site perimeter fencing with security electronic entrance vehicle and pedestrian gates. Due to extensive dismantling and construction work required within the existing wet well and valve pit areas, all incoming flow will be by-passed during construction utilizing a new 10- foot diameter FRP by-pass structure at the head of the station with pumps, controls and temporary piping to the existing outfall force main. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $3,170,350. The Project is to be substantially complete and ready for operation within 400 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.Com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, October 5, 2016 at 2:00 pm., to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. Invitation to Bid and Instructions to Bidders 002113- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No. 7389 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at Wednesday, October 5, 2016 at 2:00 pm., at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday, September 20, 2016 at 10:00 am at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd Floor, Engineering Services 1201 Leopard Street Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. Invitation to Bid and Instructions to Bidders 002113-2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. Invitation to Bid and Instructions to Bidders 002113-3 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 3 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. Invitation to Bid and Instructions to Bidders 002113-4 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under Invitation to Bid and Instructions to Bidders 002113-5 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 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—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. 15.03 Bidder shall note that the Total Project Base Bid shall be considered a Lump Sum Bid for the project. The breakdown of work items and, in some cases, the quantities shown on the Proposal Form are to be considered approximate. Invitation to Bid and Instructions to Bidders 002113-6 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 The costs shown for each item will be used for Bid Analysis, and for partial pay estimates calculations. Omissions of quantities or items on the Proposal Form which are shown on the plans and specifications shall not be cause for additional reimbursement or invalidation of the Lump Sum Total Base Bid. The Proposal Form contains a $50,000 item as a contingency allowance for unanticipated adjustments. This amount will be added into the Total Base Bid. However, the amount or a portion thereof will be utilized only for unanticipated work and only with ancillary items in the cost of the Proposal item of which it is a part. ARTICLE 16—MINORITY/ MBE/ DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17— BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 19—SALES AND USE TAXES 19.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. Invitation to Bid and Instructions to Bidders 002113-7 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by Article 7. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. Invitation to Bid and Instructions to Bidders 002113-8 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of (i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar Invitation to Bid and Instructions to Bidders 002113-9 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 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: [insert Bid Date&Time]for Sharpsburg Lift Station and Up River Road Force Main Rehabilitation. 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 -Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 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 003000- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 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 D. The Contract Documents. Bid Acknowledgement Form 003000-2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 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. 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. Bid Acknowledgement Form 003000-3 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 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 400 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 430 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form 003000-4 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 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 Bid Acknowledgement Form 003000-6 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 00 30 01 BID FORM Project Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Name: Project 7389 Number: Owner: JCity of Corpus Christi Bidder: OAR: TBD Designer: Coym, Rehmet&Gutierrez Engineering, L.P. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATEDUNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid PART A-SITE PREPARATION&GENERAL CONDITIONS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Site Clearing and Stripping LS 1 A3 Unsuitable Site Soil Removal and Replacement LS 1 A4 Existing Lift Station and Sitework Demolition LS 1 A5 Storm Water Pollution Prevention Plan LS 1 A6 Traffic Control Measures LS 1 A7 Contingency Allowance For Unanticipated Adjustments LS 1 $ 50,000.00 $ 50,000.00 A8 Exploratory Excavations LS 1 SUBTOTAL PART A-SITE PREPARATION&GENERAL CONDITIONS(ITEMS Al THRU A8) PART B-LIFT STATION,STRUCTURAL,PUMPS,PIPING&ODOR CONTROL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Lift Station and Valve Vault Structural Modifications LS 1 Lit Station Piping, Valves, Fittings and Appurtenances To East Lift B2 Station Site Boundary LS 1 B3 Flow Sensor and Vault LS 1 B4 Lift Station Pumps, Base and Supports,All Accessories LS 1 B5 Odor Control System Including All FRP Piping LS 1 B6 Lift Station Bypass Operations LS 1 SUBTOTAL PART B-LIFT STATION,PUMPS,PIPING&ODOR CONTROL(ITEMS B1 THRU 136) PART C-MANHOLES,BYPASS STRUCTURES,PIPES,VALVES&FITTINGS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 24" PVC Gravity Sewer(12'To 14' Depth) LF 76 C2 24" PVC Gravity Sewer(14'To 16' Depth) LF 58 C3 6' Dia. FRP Manhole Over Existing 24"Gravity Sewer EA 1 C4 5' Dia. FRP Manhole (13'Depth) EA 1 C5 5' Drop FRP Manhole (16'Deep) EA 1 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity C6 LS 1 Sewer C7 20" PVC Force Main, Lift Station To Up River Road LF 275 C8 20"x 24" Reducer at Up River Road EA 1 C9 20" 11.25° Bend EA 3 C10 20"45° Bend EA 8 C11 24" PVC Force Main at Allison WWTP LF 460 C12 New 20" Force Main Tie-In To Existing 24" Force Main, Up River Road LS 1 C13 20"Tapping Sleeve and Valve at Allison WWTP EA 1 Bid Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Page 1 of 3 Project No.7389 Rev 01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY C14 24"x 20" D.I. Reducer At Allison WWTP EA 1 C15 24" 11.25° D.I. Bend EA 2 C16 24"22.50° D.I. Bend EA 1 C17 24"x 24"x 6"Tee EA 1 C18 6"x 3" Reducer EA 1 C19 Remove and Replace Section of Fence at Allison WWTP LS 1 C20 Tie-In To Existing 24" PVC Pipe at Allison WWTP LS 1 C21 6" PVC Force Main-Up River Road LF 1540 C22 6"90° Bend EA 1 C23 6"Wye EA 1 C24 6"45° Bend EA 12 C25 6" 11.25° Bend EA 3 C26 6"22.50° Bend EA 2 C27 6" Plug EA 1 C28 1"ARV On 6" Line in 5' FRP Manhole EA 2 C29 3"ARV On New 20" Force Main EA 1 C30 3"ARV On New 24" Force Main-Allison WWTP EA 5 C31 3"ARV On Existing 20" D.I. Force Main Sand Bedding EA 4 C32 3"ARV On Existing 20" D.I. Force Main Concrete Encased EA 5 C33 Trench Safety For 10' Bypass Structure LS 1 C34 Trench Safety For Manholes and Meter Vault EA 4 C35 Trench Safety For Gravity Sewer Line LF 120 C36 Trench Safety For Force Mains LF 2300 C37 Trench Safety For ARV's EA 14 C38 Manholes and Bypass Wet Well Bypass Operations LS 1 C39 Bore Pit, Bore and Tie-In At Lift Station LS 1 C40 Excavation Dewatering LS 1 C41 Fill Abandoned 20' Dia. D.I. Force Main and 18"VC Sewer w/Flowable 250 LF Fill C42 iPavement Repair 625 475 SUBTOTAL PART C-MANHOLES,BYPASS STRUCTURE,PIPES,VALVES&FITTINGS(ITEMS C1 THRU C42) PART D - CONCRETE CURB, GUTTER, PAVEMENT, SLABS & MISCELLANEOUS SITEWORK per PAYMENT D1 Concrete Pavement and Curbs SY 1190 D2 PCR Building Foundation LS 1 D3 Transformer Foundation LS 1 D4 Generator Foundation LS 1 D5 Odor Control Blower Foundation LS 1 D6 7'Chain Link Fence LF 375 D7 18'Wide Security Gate w/Card Reader LS 1 D8 5'Wide Personnel Gate EA 1 D9 Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor LS 1 Control Water Service D10 Crushed Limestone and Weed Barrier Fabric SF 640 D11 Removable Bollards EA 15 D12 iConcrete Driveway Culvert LS 1 SUBTOTAL PART D-CONCRETE CURB,GUTTER,PAVEMENT,SLABS& MISCELLANEOUS SITEWORK (ITEMS D1 THRU D12 i orm Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Page 2 of 3 Project No.7389 Rev 01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY PART E-ELECTRICAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 General Conditions,Start-Up,Training and O&M's LS 1 E2 Electrical Demolition LS 1 E3 Conduit Installation LS 1 E4 PCR Building, MCC, Pump Control Panel and Lighting Panel LS 1 E5 Generator LS 1 E6 Power and Instrument Wiring Installation LS 1 E7 SCADA RTU Modifications LS 1 E8 Instrumentation LS 1 E9 Transformer LS 1 SUBTOTAL PART E-ELECTRICAL(ITEMS E1 THRU E9) BID SUMMARY SUBTOTAL PART A-GENERAL CONDITIONS&SITE PREPARATION (ITEMS Al THRU A8) SUBTOTAL PART B-LIFT STATION, PUMPS, PIPING&ODOR CONTROL(ITEMS B1 THRU 66) SUBTOTAL PART C- MANHOLES, BYPASS STRUCTURE, PIPES, VALVES AND FITTINGS (ITEMS C1 THRU C42 SUBTOTAL PART D - CONCRETE CURB, GUTTER, PAVEMENT, SLABS AND MISCELLANEOUS SITEWORK (ITEMS D1 THRU D12) SUBTOTAL PART E-ELECTRICAL(ITEMS E1 THRU E9) TOTAL PROJECT BASE BID(PARTS A THRU E) Contract Times [Bidder agrees to reach Substantial Completion in 400 days Bidder agrees to reach Final Completion in 430 days The Total Project Base Bid shall be considered a Lump Sum Bid for the project. The breakdown of work items and, in some cases, the quantities shown on the Proposal Form are to be considered approximate. The costs shown for each item will be used for Bid Analysis, and, for the successful bidder, partial pay estimates calculations. Omissions of quantities or items on the Proposal Form which are shown on the plans and specifications shall not be cause for additional reimbursement or invalidation of the Lump Sum Total Base Bid. The Proposal Form contains a $50,000 item as a contingency allowance for unanticipated adjustments. This amount will be added into the Total Base Bid. However, the amount or a portion thereof will be utilized only for unanticipated work authorized by the City and only with ancillary items in the cost of the Proposal item of which it is a part. Bid Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Page 3 of 3 Project No.7389 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders 003002- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation 11-25-2013 Project No.7389 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTT7— PURCHASING DIVISION City off CITY OF CORPUS CHRISTI City DISCLOSURE OF INTEREST c�tr 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 82. Partnership B 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 City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2015 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: (-rrnc or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No.7389 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature--attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Non-Collusion Certification 003006- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation 11-25-2013 Project No.7389 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 004516- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 004516-2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 004516-5 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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 004516- 10 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 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: Add ress: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 11 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 10-6-2015 Project No.7389 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No.7389. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Coym, Rehmet&Gutierrez Engineering, L.P.—J. Don Rehmet, P.E., R.P.L.S. 5656 S. Staples,Suite 230 Corpus Christi,Texas 78411 2.02 The Owner's Authorized Representative for this Project is: Name of Owner's Authorized Representative Office Address City, State,Zip Code ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 400 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 430 days after the date when the Contract Times commence to run. B. Milestones,and the dates for completion of each,are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement 005223- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents. The Total Base Bid shall be considered a lump sum bid for the Project. The breakdown of work items and, in some cases, the quantities shown on the Proposal Form are to be considered approximate. The costs shown for each item will be used for bid analysis, and for the successful bidder, will be utilized for calculations of partial pay estimates. Omissions of quantities or items on the Proposal Form which are shown on the Plans and Specifications shall not be cause for additional reimbursement or invalidation of the lump sum total base bid. The Proposal Form contains a $50,000 item as an allowance for "Contingency Funds". This amount will be added into the total base bid, however, the amount or a portion thereof will be utilized only for unanticipated work and only with the authorization of the Director of Engineering Services. Include the cost of any ancillary items in the cost of the Proposal item of which it is a part. 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. Agreement 005223-2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of CAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions,drawings, receipts,vouchers, memoranda,and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. None 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev 01-13-2016 Project No.7389 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 Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license Contract to execute bonds in the State of Texas. Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No. 7389 Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date of The address of the surety company to which any the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No.7389 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113- 2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation ReV01-13-2016 Project No. 7389 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and its license Contract to execute bonds in the State of Texas. Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No. 7389 Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date of The address of the surety company to which any Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev.01-13-2016 Project No.7389 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Rev.01-13-2016 Project No. 7389 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 Insu ra nce.....................................................................................................................................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 007200- 2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price ........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work .......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200- 3 Corpus Christi Standards- Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—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 007200-4 Corpus Christi Standards- Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy ......................................................................60 General Conditions 007200-5 Corpus Christi Standards- Regular Projects 03-23-2015 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term's singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined,terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement -The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents -The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards- Regular Projects 03-23-2015 13. Change Proposal -A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the 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 007200-7 Corpus Christi Standards- Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team -Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective -When applied to Work, refers to Work that is unsatisfactory,faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility 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 007200-8 Corpus Christi Standards- Regular Projects 03-23-2015 31. Indemnified Costs-All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations -Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens -Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification -Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award -The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer(the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees- Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards- Regular Projects 03-23-2015 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project-The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR -The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values -A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings-All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site- Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications-The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor-An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions-The part of the Contract that amends or supplements the General Conditions. 56. Supplier-A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data -Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200- 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 007200-20 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 Corpus Christi Standards - Regular Projects 00 72 00-21 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner's Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor's purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor's safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 22 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor's Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor's Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor's Team that was not created by the Contractor's Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner's own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR's notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 23 03-23-2015 ARTICLE 6 — BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor's obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 24 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner's consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR's consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 25 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.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 Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (i) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.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 Corpus Christi Standards - Regular Projects 00 72 00 - 46 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor's safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 47 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 48 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT's evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT's observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor's intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 50 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor's conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor's failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor's Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; I. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re -inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; J• General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; p• q• Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: 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 X Required • Not Required Builder's Risk (All Perils including Collapse) Equal to Contract Price X Required • Not Required Installation Floater Equal to Contract Price X Required • Not Required Owner's Protective Liability Equal to Contractor's liability insurance X Required • Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-1 Rev 01-13-2016 C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self- insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-2 Rev 01-13-2016 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-3 Rev 01-13-2016 g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes 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 Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-4 Rev 01-13-2016 final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER'S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner's Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor's liability insurance and from the same company that provides the Contractor's liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-5 Rev 01-13-2016 boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-6 Rev 01-13-2016 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.07 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-7 Rev 01-13-2016 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-8 Rev 01-13-2016 ARTICLE 3 —TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007201-9 Rev 01-13-2016 F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 00 72 01-10 Rev 01-13-2016 on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 00 72 01-11 Rev 01-13-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not 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. Wage Rate Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007202-1 Rev 06-12-2015 1.04 PREVAILING WAGE RATES Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) END OF SECTION Wage Rate Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007202-2 Rev 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi- weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Minority / MBE / DBE Participation Policy Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS Delete the last sentence in Paragraph 1.01.A.26 and replace with the following: "Designers are Licensed Professional Engineers, Registered Architects, or Registered Landscapc Architccts qualificd to practicc thcir profcssion in thc Statc of Tcxas." B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Coym, Rehmet & Gutierrez Engineering, L.P. C. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. Coym, Rehmet & Gutierrez Engineering, L.P. P Paragraph 1.01.A.51 "Substantial Complction" is morc spccifically dcfincd for this Projcct a thc Contract Documcnts: 3 2, Only thc following itcms not yct complctc in accordancc with thc Contract Documcnts: 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 Supplementary Conditions Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007300-1 11-25-2013 days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 50 rain days have been set for this Project. An extension of time due to rain days will be considered only after 50 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: a. Subsurface Investigation Laboratory Testing Program and Foundation Recommendations for the Proposed Sharpsburg Lift Station, City of Corpus Christi Project No. 7389, Up River Road & Sharpsburg Road, Corpus Christi, Texas, Rock Engineering and Testing Laboratory, Inc., September 1, 2009. The Contractor may rely on the following Technical Data in using this document: 1) Soil Conditions for the Trenching and Shoring 2) Ground Water Levels 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following. NONE Supplementary Conditions Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007300-2 11-25-2013 SC -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 Supplementary Conditions Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 007300-3 11-25-2013 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Sharpsburg Lift Station and Up River Road Force Main Rehabilitation consists of replacing three submersible pumps, piping, and controls with four new pumps, providing new wet well top, grouted bottom of wet well contour, above grade piping and manifold, 245 If of new 20" PVC force main, 1,545 If of new 6" PVC force main, 60 If of new 24" PVC gravity line into the wet well with two 5' manholes, dismantling the existing valve pit structure, new access hatches at each pump location, new control building, standby generator and transformer, new odor control system, SCADA system upgrade, site concrete paving, site perimeter fencing with security electronic entrance vehicle and pedestrian gates. Due to extensive dismantling and construction work required within the existing wet well and valve pit areas, all incoming flow will be by-passed during construction utilizing a new 10 - foot diameter FRP by-pass structure at the head of the station with pumps, controls and temporary piping to the existing outfall force main. 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: NONE 1. None. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 1100 - 1 Rev 01-13-2016 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: NONE 1. None. 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 Summary of Work Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 1100 - 2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: NONE 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: Contingency Allowance For Unanticipated Adjustments 1. Include specified allowance amount in the Contract Price. Thc amount of each allowancc includcs: Thc cost of thc product to thc Contractor Icss any applicablc tradc discounts. 49, Dclivcry to thc Sitc. Applicablc taxcs. Includc in thc Contract Pricc all costs for: Handling at thc Sitc, including unloading, uncrating, and storagc per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. 49, Cost for labor and cquipmcnt for installation and finishing. Cost for rclatcd products not spccifically Iistcd in thc allowancc rcquircd for installation, including consumablc supplics and matcrials. All ovcncc\ad, profit, and rclatcd costs. 4. Assist Owncr in thc scicction of products. Idcntify qualificd Supplicrs. 49, Obtain bids from qualificd Supplicrs. Prcscnt availablc altcrnatcs to thc Owncr through thc OAR. Notify OAR of: 44 Any objcctions to a particular Supplicr or product. Alternates and Allowances Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012310-1 11-25-2013 24 Effcct on thc Construction Schcdulc anticipated by thc scicction of coach option. 44 Cost of coach option. Upon scicction of thc product: Purchase and install thc product. Contractor's rcsponsibilitics for products shall be thc same as for products scicctcd by thc Contractor. Submit a Changc Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Pricc if thc nct cost of thc product is morc or Icss than thc spccificd amount. Adjust thc unit cost applied to thc quantities installed per thc mcthod of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products spccificd as Unit Pricc Work. 43, Do not perform Work until scicction of altcrnatc has bccn approvcd by thc. Owncr. Providc actual invoiccs for thc matcrials. 1.02 DOCUMENT SUBMITTALS NONE A. Providc documcnts for matcrials furnishcd as part of thc altcrnatc in accordancc with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES NONE Alternate A [Title of altcrnatc as it appcars in thc Bid Form] Alternate B [Title of altcrnatc as• it appcars in thc Bid Form]: [Description of altcrnatc hcrc.] 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A — Contingency Allowance For Unanticipated Adjustments: 1. The sum of $50,000 to be used for the purchase of unanticipated adjustments. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012310-2 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUM ENTATION. 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES (N.A.) 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Owner will pay Contractor for completion of the Work in accordance with the Contract Documents. The Total Base Bid shall be considered a lump sum bid for the Project. The breakdown of work items, and in some cases, the quantities shown on the Proposal Form are to be considered approximate. The costs shown for each item will be used for bid analysis, and for the successful bidder, will be utilized for calculation of partial pay estimates. Omissions of quantities or items on the Proposal Form which are shown on the Plans and Specifications shall not be cause for additional reimbursement or invalidation of the lump sum total base bid. The Proposal Form contains a $50,000 item as an allowance for "Contingency Funds". This amount will be added into the total base bid, however, the amount or a portion thereof will be utilized only for unanticipated work and only with the authorization of the Director of Engineering Services. Include the cost of any ancillary items in the cost of the Proposal item of which it is a part. B. 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. Unit Pricc Contracts: Payment will be made for thc actual quantity of Work completed during thc payment period and for materials and equipment stored during thc payment period per thc Contract Documents. Payment amount is thc Work quantity measured per thc Contract Document:, multiplied by thc unit prices for that line itcm in thc Agreement. Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-4 03-11-2015 Paymcnt for storcd matcrials and cquipmcnt will bc madc per Paragraph 1.05. Moasurc thc Work dcscribcd in thc Agrccmcnt for paymcnt. Paymcnt will bc madc. only for thc actual mc\asurcd and/or computcd Icngth, arca, solid contcnts, numbcr, and wcight, unlcss othcr provisions arc madc in thc Contract Documcnts. Paymcnt on a unit pricc basis will not bc madc for Work outsidc finishcd dimcnsions shown in thc. Contract Documcnts. Includc cost for wastc, ovcragcs, and tolcranccs in thc unit pricc. for that Zinc itcm. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 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. Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-5 03-11-2015 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 Contingency Allowance 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. 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 Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-6 03-11-2015 assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 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 Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-7 03-11-2015 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 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. Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-8 03-11-2015 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012900-9 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1 — Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. Bid Item A-2 — Site Clearing and Stripping: 1. Payment will be made on a lump sum basis for Site Clearing and Stripping and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-3 — Unsuitable Soil Removal and Replacement: 1. Payment will be made on a lump sum basis for Unsuitable Soil Removal and Replacement and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-4 — Existing Lift Station and Sitework Demolition: 1. Payment will be made on a lump sum basis for Existing Lift Station and Sitework Demolition and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-5 — Storm Water Pollution Prevention Plan: 1. Payment will be made on a lump sum basis for Storm Water Pollution Prevention Plan and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-6 — Traffic Control Measures: 1. This items measurement and basis of payment shall be as indicated in Section 025802 "Temporary Traffic Controls During Construction" and Section 00 30 01 Bid Form. 2. This item will be measured per lump sum. Bid Item A-7 — Contingency Allowance For Unanticipated Adjustments: 1. Payment will be made on a lump sum basis for Contingency Allowance For Unanticipated Adjustments and will include all costs of labor, materials, equipment and related incidentals. This item will be utilized at the City's discretion and will be negotiated using bid form unit prices which will serve as the project schedule of values. If unit prices do not apply price will be based on negotiated on a time, labor and materials basis. 2. This item will be measured per lump sum. Bid item A-8 — Exploratory Excavations: 1. Payment will be made on a lump sum basis. Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-2 Rev 01-13-2016 station thereof, distance to the pavement centerline and elevation of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. 2. This item shall be paid for as indicated in the Proposal. Contractor shall provide all his own survey work effort, no separate pay. B. Bid Item B-1 — Lift Station and Valve Vault Structural Modifications: 1. Payment will be made on a lump sum basis for Lift Station and Valve Vault Structural Modifications and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-2 — Lift Station Piping, Valves, Fittings and Appurtenances To East Lift Station Site Boundary: 1. Payment will be made on a lump sum basis for Lift Station Structural Modifications and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-3 — Flow Sensor and Vault: 1. Payment will be made on a lump sum basis for Flow Sensor and Vault and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-4 — Lift Station Pumps, Base and Supports, All Accessories: 1. Payment will be made on a lump sum basis for Lift Station Pumps, Base and Supports, All Accessories and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-5 — Odor Control System Including All FRP Piping: 1. Payment will be made on a lump sum basis for Odor Control System Including All FRP Piping and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-6 — Lift Station Bypass Operations: 1. Payment will be made on a lump sum basis for Lift Station Bypass Operations and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-3 Rev 01-13-2016 C. Bid Item C-1 — 24" PVC Gravity Sewer (12' To 14' Depth): 1. Payment will be made at the unit bid price per linear foot for 24" PVC Gravity Sewer (12' To 14' Depth) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-2 — 24" PVC Gravity Sewer (14' To 16' Depth): 1. Payment will be made at the unit bid price per cubic yard for 24" PVC Gravity Sewer (14' To 16' Depth) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-3 — 6' Dia. FRP Manhole Over Existing 24" Gravity Sewer: 1. Payment will be made at the unit bid price per each for 6' Dia. FRP Manhole Over Existing 24" Gravity Sewer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-4 — 5' Dia. Drop FRP Manhole (13' Depth): 1. Payment will be made at the unit bid price per linear foot for 5' Dia. Drop FRP Manhole (13' Depth) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-5 — 5' Drop FRP Manhole (16' Deep): 1. Payment will be made at the unit bid price per linear foot for 5' Drop FRP Manhole (16' Deep) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-6 — 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity Sewer: 1. Payment will be made on a lump sum basis for 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity Sewer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-7 — 20" PVC Force Main, Lift Station To Up River Road: 1. Payment will be made at the unit bid price per linear foot for 20" PVC Force Main, Lift Station To Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-4 Rev 01-13-2016 Bid Item C-8 — 20" x 24" Reducer At Up River Road: 1. Payment will be made at the unit bid price per each for 20" x 24" Reducer At Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-9 — 20" 11.25° Bend: 1. Payment will be made at the unit bid price per each for 20" x 11.25° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-10 — 20" 45° Bend: 1. Payment will be made at the unit bid price per each for 20" 45° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-11 — 24" New PVC Force Main At Allison WWTP: 1. Payment will be made at the unit bid price per linear foot for 24 New PVC Force Main At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid item C-12 — New 20" Force Main Tie -In To Existing 24" Force Main, Up River Road: 1. Payment will be made on a lump sum basis for New 20" Force Main Tie -In To Existing 24" Force Main, Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-13 — 20" Tapping Sleeve and Valve At Allison WWTP: 1. Payment will be made at the unit bid price per each for New 20" Tapping Sleeve and Valve At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-14 — 24" x 20" D.I. Reducer At Allison WWTP: 1. Payment will be made at the unit bid price per each for New 24" x 20" D.I. Reducer At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-15 — 24" 11.25° Bend: 1. Payment will be made at the unit bid price per each for New 24" 11.25° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-5 Rev 01-13-2016 Bid Item C-16 — 24" 22.50° D.I. Bend: 1. Payment will be made at the unit bid price per each for 24" 22.50° D.I. Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-17 — 24" x 24" x 6" Tee: 1. Payment will be made at the unit bid price per each for 24" x 24" x 6" Tee and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-18 — 6" x 3" Reducer: 1. Payment will be made at the unit bid price per each for 6" x 3" Reducer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-19 — Remove and Replace Section Of Fence At Allison WWTP: 1. Payment will be made on a lump sum basis for Remove and Replace Section Of Fence At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-20 — Tie -In To Existing 24" PVC Pipe At Allison WWTP: 1. Payment will be made on a lump sum basis for Tie -In To Existing 24" PVC Pipe At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-21 6" PVC Force Main — Up River Road: 1. Payment will be made at the unit bid price per linear foot for 6" PVC Force Main — Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-22 — 6" 90° Bend: 1. Payment will be made at the unit bid price per each for 6" 90° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-23 — 6" Wye: 1. Payment will be made at the unit bid price per each for 6" Wye Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-6 Rev 01-13-2016 Bid Item C-24 — 6" 45° Bend: 1. Payment will be made at the unit bid price per each for 6" Wye Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-25 — 6" 11.25° Bend: 1. Payment will be made at the unit bid price per each for 6" 11.25° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-26 — 6" 22.50° Bend: 1. Payment will be made at the unit bid price per each for 6" 22.50° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-27 — 6" Plug: 1. Payment will be made at the unit bid price per each for 6" Plug Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-28 — 1" ARV On 6" Line In 5' FRP Manhole: 1. Payment will be made at the unit bid price per each for 1" ARV On 6" Line In 5' FRP Manhole and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-29 — 3" ARV On New 20" Force Main: 1. Payment will be made at the unit bid price per each for 3" ARV On New 20" Force Main and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-30 — 3" ARV On New 24" Force Main — Allison WWTP: 1. Payment will be made at the unit bid price per each for 3" ARV On New 24" Force Main — Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-31 — 3" ARV On Existing 20" D.I. Force Main Sand Bedding: 1. Payment will be made at the unit bid price per each for 3" ARV On Existing 20" D.I. Force Main Sand Bedding and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-7 Rev 01-13-2016 Bid Item C-32 — 3" ARV On Existing 20" D.I. Force Main Concrete Encased: 1. Payment will be made at the unit bid price per each for 3" ARV On Existing 20" D.I. Force Main Concrete Encased and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-33 — Trench Safety For 10' Bypass Structure: 1. Payment will be made on a lump sum basis for Trench Safety For 10' Bypass Structure and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-34 — Trench Safety For Manholes and Meter Vault: 1. Payment will be made at the unit bid price per each for Trench Safety For Manholes and Meter Vault and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-35 — Trench Safety For Gravity Sewer Line: 1. Payment will be made at the unit bid price per linear foot for Trench Safety For Gravity Sewer Line and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-36 — Trench Safety For Force Mains: 1. Payment will be made at the unit bid price per linear foot for Trench Safety For Force Mains and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-37 — Trench Safety For ARV's: 1. Payment will be made at the unit bid price per each for Trench Safety For ARV's and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-38 — Manholes and Bypass Wet Well Bypass Operations: 1. Payment will be made on a lump sum basis for Manholes and Bypass Wet Well Bypass Operations and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-39 — Bore Pit, Bore and tie -In At Lift Station: 1. Payment will be made on a lump sum basis for Bore Pit, Bore and Tie -In At Lift Station and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-8 Rev 01-13-2016 Bid Item C-40 — Excavation Dewatering: 1. Payment will be made on a lump sum basis for Excavation Dewatering and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-41 — Fill Abandoned 20' Dia. D.I. Force Main and 18" VC Sewer w/Flowable Fill: 1. Payment will be made at the unit bid price per linear foot for Fill Abandoned 20' Dia. D.I. Force Main and 18" VC Sewer w/Flowable Fill and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid item C-42 — Pavement Repair: 1. Payment will be made at the unit bid price per square yard for Pavement Repair and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square yard. D. Bid Item D-1 — Concrete Pavement and Curbs: 1. Payment will be made at the unit bid price per square yard for Concrete Pavement and Curbs and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square yard. Bid Item D-2 — PCR Building Foundation: 1. Payment will be made on a lump sum basis for PCR Building Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-3 —Transformer Foundation: 1. Payment will be made on a lump sum basis for Transformer Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-4 — Generator Foundation: 1. Payment will be made on a lump sum basis for Generator Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-5 — Odor Control Blower Foundation: 1. Payment will be made on a lump sum basis for Odor Control Blower Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 012901-9 Rev 01-13-2016 Bid Item D-6 — 7' Chain Link Fence: 1. Payment will be made on a lump sum basis for 7' Chain Link Fence and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-7 — 18' Wide Security Gate w/Card Reader: 1. Payment will be made on a lump sum basis for 18' Wide Security Gate w/Card Reader and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid item D-8 — 18' Wide Security Gate w/Card Reader: 1. Payment will be made at the unit bid price per each for 18' Wide Security Gate w/Card Reader and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item D-9 — Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor Control Water Service: 1. Payment will be made on a lump sum basis for Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor Control Water Service and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-10 — Crushed Limestone and Weed Barrier Fabric: 1. Payment will be made at the unit bid price per square foot for Crushed Limestone and Weed Barrier Fabric and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square foot. Bid Item D-11 — Removable Bollards: 1. Payment will be made at the unit bid price per each for Removable Bollards and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item D-12 — Concrete Driveway Culvert: 1. Payment will be made on a lump sum basis for Concrete Driveway Culvert and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. E. Bid Item E-1 — General Conditions, Startup, Training and O&M's: 1. Payment will be made on a lump sum basis for General Conditions, Startup, Training and O&M's and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 29 01-10 Rev 01-13-2016 Bid Item E-2 — Electrical Demolition: 1. Payment will be made on a lump sum basis for Electrical Demolition and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-3 — Conduit Installation: 1. Payment will be made on a lump sum basis for Conduit Installation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-4 — PCR Building, MCC, Pump Control Panel and Lighting Panel: 1. Payment will be made on a lump sum basis for PCR Building, MCC, Pump Control Panel and Lighting Panel and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-5 — Generator: 1. Payment will be made on a lump sum basis for Generator and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-6 — Power and Instrument Wiring Installation: 1. Payment will be made on a lump sum basis for Power and Instrument Wiring Installation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-7 — SCADA RTU Modifications: 1. Payment will be made on a lump sum basis for SCADA RTU Modifications and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-8 — Instrumentation: 1. Payment will be made on a lump sum basis for Instrumentation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-9 — Transformer: 1. Payment will be made on a lump sum basis for Transformer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 29 01-11 Rev 01-13-2016 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES (N.A) Bid Item [B 1 Description from Bid Form]: 1, [Describe thc basis for payment.} - [Describe thc units of mcasurc and a description of how mc3surements for this Zinc item arc to be mach] Bid Itcm [B 2 Description from Bid Form]: 1, [Describe thc basis for payment.} 2- [Describe thc units of mcasurc and a description of how mc3surements for this lino item are to be made.] 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 29 01- 12 Rev 01-13-2016 01 3100 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. Contractor shall note that the DOW Seadrift Pipeline Corporation Pipeline Crossing Permit located in the Appendix of the Contract Documents. All provisions in the permit must be strictly adhered to. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-1 Rev 01-13-2016 G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. 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. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-2 Rev 01-13-2016 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. H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-3 Rev 01-13-2016 B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. Include thc cost for these prc construction cxploratory cxcavations in thc unit pricc for pipe construction. Pavement repairs associated with cxploratory cxcavations will be paid for at thc unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-4 Rev 01-13-2016 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. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-5 Rev 01-13-2016 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. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-6 Rev 01-13-2016 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-7 Rev 01-13-2016 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-8 Rev 01-13-2016 C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer 361-991-8550 J. Don Rehmet, P.E., R.P.L.S. Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. 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 0140 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 022100 Select Material Record Data 022077 Control of Groundwater Record Data 025610 Concrete Curb & Gutter Record Data 025612 Concrete Sidewalks & Driveways Record Data 026206 Ductile Iron Pipe & Fittings Record Data 026210 PVC Pipe - AWWA Record Data 026214 Grouting Abandoned Utility Lines Record Data 026409 Tapping Sleeves and Tapping Valves Record Data 026411 Gate Valves for Waterlines Record Data 026602 Wastewater Force Main Record Data 026604 Air Release Valve for Wastewater Record Data 027200 Control of Wastewater Flows Record Data 027205 Fiberglass Manholes Record Data 027602 Gravity Wastewater Lines Record Data 030020 Portland Cement Concrete Record Data 032020 Reinforcing Steel Record Data 037040 Epoxy Compounds Record Data 038000 Concrete Structures Shop Drawing 055420 Frames, Grates, Rings & Covers Record Data 099020 Painting Record Data 113100 Fiberglass Reinforced Plastic Wet Well Shop Drawing 151020 Check Valves Record Data 151030 Eccentric Plug Valves Record Data 151620 Submersible Pumps for Wastewater Record Data O&M Manual 028020 Cement Stabilized Sand Record Data 113140 Soil Bed Biofilter Odor Control System Shop Drawing O&M Manual 161700 Grounding and Bonding Record Data 162350 Engine Generator Systems Shop Drawing O&M Manual 164020 Electrical Wiring Systems Record Data 164210 Utility Service Entrance Record Data 164430 Motor Control Center Shop Drawing O&M Manual 164500 Enclosed Adjustable Frequency Controller (1-500 HP) Shop Drawing O&M Manual 164610 Dry Type Transformer Shop Drawing 164700 Panelboards Shop Drawing O&M Manual 164960 Automatic Transfer Switch Shop Drawing O&M Manual 165000 Interior and Exterior Lighting Record Data 165730 Overcurrent Protective Device Coordination Study Record Data 169200 Packaged Control Room Shop Drawing O&M Manual 169800 Level Transmitter Record Data O&M Manual 169900 Ultrasonic Flow Measuring Equipment Record Data O&M Manual Submittal Register Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 038000 Concrete Structures 113100 Fiberglass Reinforced Plastic Wet Well 130800 Passive Earth Filter 151620 Submersible Pumps For Wastewater - 162350 Engine Generator Systems 164430 Motor Control Center 164500 Enclosed Adjustable Frequency Controller (1-500 HP) Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-1 11-25-2013 Specification Section Shop Drawing Description 164610 Dry Type Transformer 164700 Panelboards 164960 Automatic Transfer Switch 169200 Packaged Control Room 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 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; Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-2 11-25-2013 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. 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. Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-3 11-25-2013 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 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). Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-4 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 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. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-5 11-25-2013 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" 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. Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-6 11-25-2013 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. 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 Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-7 11-25-2013 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 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. Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-8 11-25-2013 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 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. Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013302-9 11-25-2013 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. 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. Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 33 02 - 10 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 33 02 - 11 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description SEE SECTION 01 33 01 "SUBMITTAL REGISTER" B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013303-1 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013303-2 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013303-3 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, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013303-4 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 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 Record Data Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 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 MANAGEM ENT. 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 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 each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. Pipclinc projccts should be rccordcd linearly from bcginning to cnd. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: Nene. Work shall be completed within the specified time for these items: Description Time Considcr thc scqucnccs, duration limitations, and govcrning factors outlincd in this Scction to prcparc thc schcdulc for thc Work. P Pcrform thc Work not spccifically dcscribcd in this Scction as rcquircd to complctc thc. cntirc Projcct within thc Contract Timcs. 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 Special Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013500-1 11-25-2013 C. Submit plan 2 weeks [1 month] prior to beginning the Work. 1.03 CRITICAL OPERATIONS The Owncr has idcntificd critical operations that must not bc out of scrvicc longer than thc dcsignatcd maximum timc out of scrvicc and/or must bc performcd only during thc. dcsignatcd timcs. Thcsc havc bccn idcntificd in thc table bclow: Critical Operation Max. Timc Out can be Sh t Down tiguidated Damagcc ($ per hour) Submit a writtcn plan of action per 4aragraph 1.02 for approval for critical operations. Work affccting critical operations is to bc performcd on a 2'1 hour a day basis until Owncr's normal operations havc bccn rcstorcd. Provide additional manpower and equipment as rcquircd to complctc thc Work affecting critical operations within thc allotted timc. ▪ Liquidatcd damagcs will bc assessed if Work on critical operations is not complctcd within thc timc indicatcd. • Thcsc itcms arc critical to thc [for operation of thc cxisting distribution system} [othcr description of critical naturc of operations]. 2, Loss of [operation of thc cxisting distribution system] [othcr description of critical naturc of operations] can subject thc Owncr to loss of revenue, additional operations cost, and fincs from regulatory agencies. • Liquidatcd damagcs havc been established for cath critical operation. Designated Critical Operations arc described in more detail as follows: 1, Critical Operation 1 [Title from Tablc Above]: a- 2, Critical Operation 2 [Title from Tablc Above]: a - • Critical Operation 3 [Title from Table Above]: a- 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. Special Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013500-2 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 013500-3 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-7 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Quality Management Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 50 00 - 1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES (NOT REQUIRRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. Providc tcicphonc scrvicc to thc Sitc and install tcicphoncs insidc thc Contractor':, and thc OPT's ficld officc. 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 (NOT REQUIRED) Thc Owncr will furnish two Projcct signs to bc installcd by thc Contractor. Thc signs must bc installcd bcforc construction bcgins and will bc maintaincd throughout thc Projcct period by thc Contractor. Thc locations of thc signs will bc dctcrmincd in thc ficld by the 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE Providc janitorial scrvicc (swccping/mopping) for the OPT's ficld officc on a wcckly basis or as rcqucstcd. Empty trash rcccptacics daily or as nccdcd. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015700-4 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the CC Ship Channel. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Wastewater Pre -Treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER N.A. A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under [Bid Items X, Y, Z]. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER N.A. 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 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015700-5 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 Temporary Controls Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 01 70 00 - 1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 017000-3 11-25-2013 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev 3-25-2015 (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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. 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. H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 022021 Page 3 of 10 Rev. 10-30-2014 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 3A 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 works. Allowable piezometric elevations shall be defined in the ground water control system design. 022021 Page 4 of 10 Rev. 10-30-2014 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 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. 022021 Page 5 of 10 Rev. 10-30-2014 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 partyshall 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. 022021 Page 8 of 10 Rev. 10-30-2014 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 approved by the City Engineer. Provide settling basins when required by the City Engineer. 022021 Page 9 of 10 Rev. 10-30-2014 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 022022 Page 1 of 1 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 022420 Page 2 of 2 Rev. 10-30-2014 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 025612 Page 2 of 2 Rev 3-25-2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the proj ect. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 24" ANDARN GARDEN 4. MEASUREMENT AND PAYMENT tow Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev. 10-30-2014 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3of3 Rev. 10-30-2014 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= SD(P)�'"2 or L=ND(P)�Y2 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(P)'"2 4,000 PVC Pipe - Uni-bell equation 99 L=ND (P)1/2 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 2of3 Rev. 10-30-2014 7. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026206 Page 3 of 3 Rev. 10-30-2014 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026210 Page 2 of 2 Rev. 3-25-2015 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 21001bs/ CY Sand 2501bs/ 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 501b. 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026214 Page 2 of 2 Rev. 10-30-2014 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-1/2" & 2" sizes 026404 Page 1 of 2 Rev 3-25-2015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-1/2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026404 Page 2 of 2 Rev 3-25-2015 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MA I'ERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026409 Page 1 of 1 Rev. 3-25-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with non -rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation — lay over. 4) Stem seals shall be the 0 -ring type on valves through 12 -inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev. 3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026411 Page 2 of 2 Rev. 3-25-2015 SECTION 026602 WAS 1EWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS 1. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufacturer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to make adjustments due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be immediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer, batch number, location of plant, ASTM/ANSFAWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. D. Bedding Sand for Encasement: Sand shall be as indicated on the drawings. 026602 Page 1 of 6 Rev. 10-30-2014 E. Non -Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: When indicated in the drawings or Special Provisions, the interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0° F to 170° F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast -cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rej ection. 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. 7. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends, to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. 026602 Page 2 of 6 Rev. 10-30-2014 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M, Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP -W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the "Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (NACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP -02-74 and American Society for Testing Materials (ASTM) Designation: G62- (latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered 026602 Page 3 of 6 Rev. 10-30-2014 13. Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to, and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 14. Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. Force Mains shall be laid with no less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown on the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. 026602 Page 4 of 6 Rev. 10-30-2014 D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those which occur in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre -Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. G. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. Concrete Thrust Blocks: Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. 026602 Page 5 of 6 Rev. 10-30-2014 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026602 Page 6 of 6 Rev. 10-30-2014 SECTION 026604 AIR RELEASE VALVES (S-96) (WASTEWATER APPLICATION) 1. Description This specification shall govern all work necessary to furnish and install all air release valves and accessories required to complete the work as shown on the drawing. 2. Air Release Valve The automatic sewage air release valve shall be designed to operate under pressure to allow entrapped air to escape from pump, or wastewater system. After the air valve, the valve shall shut off until more opening cycle will repeat automatically. a sewage force main line, sewage escapes out of the air release air accumulates in it and the The sewage air release valve must have the following: 1. Discharge Outlet 2.Rolling Seal Assembly 3. Float 4. Clamping Stem 5. Body 6. Domed Nut 7.0 -Ring 8. Stopper 9. Spring 10. Washer 11. Stem 12. Body 13. Clamp RN Body 14. 15. 16. 17. 18. 19. Type: ST ST/DI Body 0 -Ring Float Tap 1/4" Washer Base Flange A.R.I. D-025 Accessories Polypropylene RN + E.P.D.M. + ST ST Foamed Polypropylene Reinforced Nylon Reinforced Nylon Stainless Steel SAE 316 BUNA-N Polypropylene Stainless Stainless Stainless Steel Steel Steel SAE SAE SAE 316 316 316 Reinforced Nylon Reinforced Nylon + Stainless Steel SAE 316 Stainless Steel SAE 316 BUNA-N Foamed Polypropylene Brass ASTN A124/Stainless Steel Stainless Steel SAE 316 Ductile Iron Ductile Iron Service Saddle: Ford Brass Saddle Style 202 BS Double Stainless Band 2" IPT tap and C900 or C905 PVC pipe application Two 2" I.P.T. Short Nipples One Shut -Off Valve (Gate Valve) One Short Nipple One Blow -Off Valve (Gate Valve) One 90' Elbow One Nipple One Shut -Off Valve (Gate Valve) Two Quick Connect Valve Couplings One Rubber Hose (10' Minimum Length) w/Two Quick Connect Couplings for In Place Back Flushing 026604 Rev 2/6/9 1/2 3. Operation & Maintenance Manual and Field Service The Contractor shall submit five (5) sets of detailed drawing and specifications with installation instructions and maintenance procedures for the Engineer's review prior to installation. The manufacturer's field representative shall check installation and make any required adjustments prior to operation of system. 4. Measurement and Payment Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 026604 Rev 2/6/9 2/2 SECTION 027200 CONTROL OF WASTEWATER FLOWS (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the appropriate City staff for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right- of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. 027200 Page 1 of 7 Rev. 10-30-2014 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall consider and be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety. 027200 Page 2 of 7 Rev. 10-30-2014 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain -for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump), a diesel day tank with a minimum 24-hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. The existing peak capacity is estimated to be 2500 gpm. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D-2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. 027200 Page 3 of 7 Rev. 10-30-2014 c. Quick -Disconnect Steel Galvanized Pipe and Heavy -Duty Flexible Hoses i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick -disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O -rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30 -degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure f. Miscellaneous i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48 hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24 -hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. 027200 Page 4 of 7 Rev. 10-30-2014 E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Force Mains a. Force mains may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. 027200 Page 5 of 7 Rev. 10-30-2014 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall not be measured for pay but will be considered subsidiary to the applicable pay item, to include all material, labor, equipment and supervision necessary to complete the bypass design, planning, coordination, installation, operation, maintenance and removal. 027200 Page 6 of 7 Rev. 10-30-2014 BYPASS PUMPING PLAN FORM Date: Project Title: Sharpsburg Lift Station & Up River Road Force Main Rehabilitation Engineer: Coym, Rehmet & Gutierrez Engineering, L.P. Contractor: No.: Service Area: Allison Lift Station No. (if applicable): Start Date & Time: Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: 2500 gpm Line Plugging Method & Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material & Length: Pump Description: (Self -Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total & Firm Capacity (GPM @ TDH): Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Phone: Name: Phone: Additional Notes: Required Checklist: YES NO ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Schematic drawing providing details of proposed bypass pumping system, routing of bypass lines (using manhole numbers and/or lift station names as applicable), equipment location, and proposed sequencing. Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? Pumps: Self -priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? Contractor has confirmed no rain (less than 1/2 -in) in the forecast? Prepared by: Reviewed by: Contractor Representative Date Wastewater Representative Date 027200 Page 7 of 7 Rev. 10-30-2014 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer' s recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) 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. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753 "Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition, and the referenced design criteria as follows: 1. ASTM C581 2. ASTM D695 3. ASTM D790 4. ASTM C923 5. ASTM D2412 6. ASTM D2583 7. ASTM D2584 8. ASTM D3034 9. ASTM F794 10. ASTM C32 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass -Fiber -Reinforced Structures Intended for Liquid Service Standard Test Method for Compressive Properties of Rigid Plastics Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor Standard Test Method for Ignition Loss of Cured Reinforced Resins Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings, but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev 3-25-2015 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class 'A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class 'A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast -in-place base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one (1) psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3 - foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev 3-25-2015 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. 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. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available, the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well pointing, or any combination, as the particular situation may warrant. All de -watering devices shall be installed in such a manner as to provide clearance for construction, removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de -watered condition for a sufficient period of time to 027205 Page 3of6 Rev 3-25-2015 insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over -Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe sizes 4 -inch through 15 -inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling, the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page4of6 Rev 3-25-2015 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density (ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4 -foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5 -foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5of6 Rev 3-25-2015 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re -united. Replace and align the top. Fiberglass a 6 -inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6 -inch strip on the inside as previously done on the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 027205 Page 6of6 Rev 3-25-2015 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 1 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 2 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 3 of 6 Rev. 7-1-2015 BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Over 20 feet Gravel or Crushed Stone Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Less than 20 feet Over 20 feet Sand, Gravel, or Crushed Stone Gravel or Crushed Stone 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 4 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 5 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 027602 Page 6 of 6 Rev. 7-1-2015 SECTION 027604 DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS 1. SCOPE: This specification governs all work required for disposal of waste from wastewater cleaning operations required to complete the project. 2. METHODS: Grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue downstream through the wastewater system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de -watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de -watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City's de -watering facilities. The City has six drying beds, each with a 1 -foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de - watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de -watering fees. If the City's facilities are used for de -watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT: Measurement and payment shall be as explained in Section 0129 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 027604 Page 1 of 1 Rev. 10-30-2014 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 4 ft. 6 ft. 1.90" O.D. 2.375"O.D. H -Beam Section Embedment Size Wt./Ft. Size Length 2.72# 1.875" x 1.625" 2.70# 24" 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 Size Embedment Length 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 Size Embedment Length 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 spaced approximately 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 flat 028340 Page 3 of 6 Rev. 10-30-2014 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 Type Post Holes for Line and End Posts Fabric Height Min.Hole Diameter Min.Hole Post 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 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 SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0 25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/2 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 Oto 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 Oto 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 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type 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: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 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 5 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 5 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, #�I #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 l0d Grade 75 8d 032020 Page 3 of 5 Rev. 10-30-2014 Lap TABLE 1 Minimum Lap Requirements 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 cotton mats for a period of 72 hours. 032020 Page 4 of 5 Rev. 10-30-2014 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 & PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 032020 Page 5 of 5 Rev. 10-30-2014 SECTION 37040 EPDXY COMPOUNDS (S-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete or other structural material: Epoxy Bonding Compound shall be a two component, 100% solids, moisture insensitive system. Epoxy shall be "FX - 752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland or "Sikastix 370, Sikadur Hi -Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout for Epoxy patch on non -horizontal surfaces to concrete:Epoxy Compound shall be a low -modulus, high viscosity, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadur Lo -Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer). During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler). c. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abrasion) 50 SF/gal Other surfaces as specified on the drawings d. Concrete Overlay: The concrete overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be 037040 2/20/9 Page 1 of 2 determined from the tack free times which are provided by the manufacturer. The following allowable times are averages and provided only as an aid to the Contractor: Temperature Allowable Elapse Time from Mixing Epoxy Until Placing Concrete Overlay 90°F 40 min. 80°F 12 hrs. 70°F 22 hrs. 60°F 32 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete (2) Epoxy Grout for patch to non -horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in (1) Bond new concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C-144 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume). c. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. (3) GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 037040 2/20/9 Page 2 of 2 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (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 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. 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 following: 038000 Page 3 of 19 Rev. 3-25-2015 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 j oint sealing material shall be as detailed on the plans. The material will be specified on the plans without referenced to joint type. 038000 Page 4 of 19 Rev. 3-25-2015 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 provided for emergency use in addition to those required for placement. 038000 Page 9 of 19 Rev. 3-25-2015 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 Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 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 MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 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. 038000 Page 17 of 19 Rev. 3-25-2015 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 Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 038000 Page 19 of 19 Rev. 3-25-2015 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev 3-25-2015 Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 055420 Page 2of2 Rev 3-25-2015 SECTION 099020 PAINTING (S-56) 1. DESCRIPTION This specification shall govern for all work necessary to provide all painting required to complete the project. 2. INTENT All ferrous metal or unfinished material furnished on this project shall be furnished with a protective coating, but stainless steel, aluminum, bronze, copper, lead, and galvanized surfaces are not to be painted. Any factory painted item that is damaged or shows any sign of corrosion prior to the date of substantial completion shall be repainted by the Contractor. Concrete or concrete block is to be painted only when shown on the drawings to be painted. COLORS All colors shall be selected by the Engineer and/or Owner. The Contractor shall prepare samples of colors for approval by the Engineer and/or Owner. SAMPLES The Contractor shall submit for approval samples of paint materials proposed for use, in three displays of each kind of color of paint to be applied. The Contractor shall make panels used for displays, representative of respective types of surfaces to which several kinds and colors are to be applied in actual work. The Contractor shall not order paint materials until color selections have been made and samples approved. 3. PREPARATION OF SURFACES 3.1 General: All surfaces shall be clean when paint is applied. 3.2 Concrete and Masonry: The Contractor shall clean all concrete surfaces with mechanical abrasion (brushing) and water blast. The last step in the cleaning of surfaces other than sanitary sewer wet wells shall be to wash the surface to be painted with a 20o solution of muriatic acid and then rinse with potable water. In cleaning sanitary wet wells, all corroded concrete shall be removed as indicated above and the surface shall be washed with a solution of potable water and sodium hydroxide and then rinsed with potable water. The surface shall be thoroughly dry when paint is applied. 3.3 Metal: a. General: All metal surface to be painted shall be cleaned by sandblasting, except items that are shop coated. Cleaning shall be to "Near White Metal" SP -10 or NACE #2, or "Commercial Grade" SSPC-6 or NACE #3. One of these two methods will be specified where blast cleaning is required. NOTE: All submerged surfaces will require a "Near White Metal" (SP -10 or NACE #2 blast), without exception. b. "Near White Metal": Sandblast cleaning SP -10 or NACE #2. Definition and procedure as follows: "Near White Metal" is a method of preparing the metal surfaces for the application of protective coatings by 099020 11/6/89 Page 1 of 15 removing mill scale, rust, oil paint, and any foreign matter by propelling sand through a nozzle with compressed air. This is defined as a surface, gray white in appearance, being almost a completely uniform metallic color, with very light shadows allowed over less than 100 of the surface area. Procedure: (1) Before blasting, grind smooth any rough welds and sharp edges. (2) Remove heavy deposits of oil and grease by detergent cleaning using one pound Sodium Meta Silicate per five gallons of water. (3) The sand used shall be 16-35 mesh, or 20-60 (unless otherwise specified) sharp angular grained silica sand that is fresh water washed, dried, properly graded and delivered to the job site in moisture proof bags (bulk sand of equal quality and size is acceptable). Sand shall not be re -used. (4) Compressed air shall be delivered at a minimum nozzle pressure of 90 p.s.i. not to exceed 110 p.s.i. This shall be free of detrimental amounts of condensed water and oil. (5) All blast products shall be swept or blown from the surface before priming commences. (6) Blast cleaning will not be conducted on surfaces that may become wet after blasting and before priming is complete, or when surfaces are less than 5E above dew point, or when relative humidity is above 85%. (7) The blasted surface shall be primed within 8 hours. c. "Commercial" Blast Cleaning (SP -6 of NACE #3) Definition and Procedure: Commercial blast cleaning is a method of preparing metal surfaces for painting by removing mill scale, rust, rust scale, paint or foreign matter by the use of abrasive propelled through nozzles or by centrifugal wheels. Heavy deposits of grease or oils shall be removed by No. 1 "Solvent Cleaning" prior to blasting. "Commercial" blast cleaning entails the removal of practically all rust, mill scale and other detrimental matter from the surface. The surface will not necessarily be uniform in color, nor will all surfaces uniformly clean since the original condition of the surface will affect the final result. (If surface, prior to cleaning, is in such bad condition that the cleaning, when done according to this specification, results in a surface unsatisfactory to the Owner or suitable for very severe service, the No. 10 Blast Cleaning to "Near White Metal" shall be specified.) Less than 30% light shadow shall be visible. Procedure: (1) Remove heavy deposits of grease or oil by detergent cleaning. (2) The sand shall be 20-40 mesh, unless otherwise specified, fresh water washed, dried, properly graded and delivered to the job site in vapor proof bags, or bulk. Sand shall not be re -used. (3) Compressed air shall be delivered at a minimum nozzle pressure of 90E p.s.i., not to exceed 100 p.s.i. This shall be free of condensed water and oil (use moisture traps). (4) Blow or sweep off the excess blast products from the surface. (5) Prime the blasted surface within 8 hours. (6) Blasting shall not be conducted when relative humidity is in 099020 11/6/89 Page 2 of 15 excess of 85% or surfaces are less than 5E above the dew point, unless approved by the Engineer. d. Removal of Oil and Grease: Remove oil and grease with approved solvents such as Naptha, or by steam combined with approved detergent. USE OF GASOLINE OR KEROSENE NOT PERMITTED. e. Scraping, Grinding and Chipping: Scrapers or other suitable grinding and chipping tools may be used for removal of existing paint coating prior to repainting, or for cleaning before application of secondary coats only when approved by the Engineer. f. Sandblasting: Clean such surfaces by "Near White" or "Commercial" sandblasting and leave clean, dry, and ready to receive prime coat. River sand must be graded and washed to insure removal of clayey material. Remove all dust and sand from surfaces before painting. Take care to remove all sand and grit around and between joints of connecting members. Schedule operations to avoid settling of dust or grit on freshly painted surfaces and adequately protect machinery or other equipment in vicinity of sandblasting work. 4. STORING AND MIXING OF PAINT: The Contractor shall use one convenient location for storing and mixing of paint materials, and keep and approved type fire extinguisher available in this area. The Contractor shall protect areas where paint is stored or painting is done and he shall remove all oily rags and waste from building at close of each day. 5. WEATHER AND SITE CONDITIONS: 5.1 Temperature: Painting shall not be accomplished when either the surface or ambient temperatures are less than 508F or when temperature drop of 208F, or below 508 Fahrenheit, is forecast. NOTE: Material shall be stored in area where the extreme cold or heat will not greatly affect viscosity. Coatings apply much better when product temperature is held within 608 - 908 F range (778 F is optimum). 5.2 Humidity: Painting shall not be accomplished during misty or rainy weather, or on surfaces that have any frost or moisture. Painting shall not be permitted at temperatures less than 58F above the dew point. 5.3 Wind and Dust: Painting shall not be accomplished in dusty rooms or on the exterior during excessive wind. The Engineer shall be the sole judge as to what constitutes excessive wind. 6. APPLICATION PROCEDURES: 6.1 General: Paint shall be applied by skilled workmen. Paint may be applied with brush or spray equipment. Paint shall be applied in even and thorough coats, without runs, sags or other blemishes. Contractor shall properly sand paint surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's 099020 11/6/89 Page 3 of 15 recommendations. Do not apply finish field painting to machinery, equipment, or piping until operational testing has been completed. 6.2 Driving Time: Allow thorough drying time of each coat before succeeding coat is applied, except when manufacturer recommends otherwise, or as specified herein. 6.3 Coverage: Shall be as recommended by manufacturer. 6.4 Delivery of Paint: Contractor shall deliver paint to the site in original, unbroken, sealed containers, with manufacturer's label attached. 6.5 Thinners and Solvents: Contractor shall use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions as recommended by paint manufacturer. 6.6 Brush Application: Contractor shall apply paint in uniform thickness consistent with specified coverage and with sufficient cross brushing to insure filling of surface irregularities. He shall exercise particular care in painting around rivet heads, bolt heads and nuts, in corners, restricted spaces, and on irregular concrete surfaces. 6.7 Spray Application: Contractor shall apply paint with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand or air driven agitator. Application of paint by suitable airless spray equipment is acceptable. Paint shall be applied with the width of spray not less than 6 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Contractor shall make frequent checks to insure correct spreading rate and coating, and apply without sags, runs or "orange peel" effect. Correct all such imperfection. The Contractor shall take special care to cover edges, corners, and rivet head without bridging over of paint film. 6.8 Application of Protective Coating: When applying coats designed to prevent corrosion due to liquids and gases, the coating must be complete and absolutely free of the slightest pinhole, air pocket or other defect which would allow the entrance of either liquid or gas. 6.9 Painting Shop Coated Metal Surfaces: a. Prior to Installation: After delivery to site of work, and prior to installation, keep all shop coated metal work clean and free from corrosion. When directed, clean and re -touch damaged areas with additional primer. b. After Installation: After erection or installation of shop coated metal work, clean, and re -touch all rust spots, all places where paint has been rubbed or scraped off, and all field rivet boat head nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been perfectly cleaned and dried, apply paint as set out elsewhere in these specifications. Allow interval of not less than 48 hours, or as recommended by 099020 11/6/89 Page 4 of 15 manufacturer, between coats, and if surface is to be submerged in water, allow 5 days or more for hardening of final coat before placing in water. c. Machinery and Electrical Equipment: After installation of machinery and electrical equipment, check base coats carefully and retouch all damaged surfaces. Do not paint nameplates, serial number bases, chrome or bronze trim, or any rotating parts. Clean off any excess paint that impairs convenient removal of covers or gauges, instrumentation or other equipment fitted with doors or covers. d. Bolted and Imbedded Surfaces: All surfaces to be blotted together, to concrete or to be imbedded in concrete or grouted, to have prime and complete finish coats applied and dried before erecting in place. 6.10 CLEANING: Upon completion of painting operations, the Contractor shall clean off all paint spots, oil, and stain from all surfaces and leave entire project in perfect condition as far as painting work is concerned. Remove from premises all containers and debris resulting from painting operations. 7. PAINTING EQUIPMENT, MACHINERY AND METAL WORK 7.1 INTERIOR METAL DOORS, FRAMES, AND WINDOWS, AND OTHER MISCELLANEOUS ARCHITECTURAL METAL WORK: Prime Coat: (Surface Prep - SP -6, or PT -4 "Hot Phosphate Treat") a. 1 c at Brincrs #'1805 Vcrsatilc Rcd Primer Minimum 2.5 D.M.T.*, r b. 1 coat - Koppers 654 Epoxy Primer - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2.5 D.M.T., or d. an approved equal. *Dry Mils Thick Intermediate Coat a. 1 c at Brincrs #'1800 Scrics P lyamidc Ep xy (Vcrsatilc) Minimum 2 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon Polyamide-Epoxy Finish- Minimum 2 D.M.T., or d. an approved equal. Top Coat: a. 1 c at Brincrs #'1800 Scrics P lyamidc Ep xy (Vcrsatilc) Minimum 2 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish Minimum 2 D.M.T., or d. an approved equal. 099020 11/6/89 Page 5 of 15 7.2 EXTERIOR METAL DOORS, FRAMES, AND WINDOWS, AND OTHER MISCELLANEOUS ARCHITECTURAL METAL WORK: Prime Coat: (Surface Prep -SP -6) a. 1 coat - Brincrs #'1805 Vcrsatilc Rcd Primcr - Minimum 2.5 D.M.T., r b. 1 coat - Koppers 654 Epoxy Primer - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98- - Minimum 2.5 D.M.T., or d. an approved equal. Intermediate Coat: a. 1 c at Brincrs #'1817 Vcrsatilc Tan Primcr Minimum 2.5 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2.5 D.M.T. or c. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2.5 D.M.T., or d. an approved equal. Top Coat: a. 1 c at Brincrs ACRA CLAD (Acrylic Urcthanc) Minimum 2.5 D.M.T., r b. 1 coat - Koppers Polyurethane - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Pitthane (Polyurethane) - Minimum 2.5 D.M.T. or d. an approved equal. 7.3 INTERIOR -STRUCTURAL STEEL, HANDRAILS, WALKWAYS, AND OTHER MISCELLANEOUS METAL WORK: (Sandblast "Near -White Metal", SP - 10 or NACE #2) Prime Coat: a. 1 c at Brincrs #4805 Vcrsatilc Rcd Primcr Minimum 3 D.M.T., or b. 1 coat Koppers #654 Epoxy Primer Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Primer #97-48/49 - Minimum 2.5 D.M.T., or d. an approved equal. Intermediate Coat: a. 1 c at Brincrs #'1817 Vcrsatilc Tan Primcr Minimum 3. D.M.T., b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 3 D.M.T., or c. 1 coat - Pittsburgh Light Gray Aquapon #97-3/98, Minimum 3 D.M.T., or d. an approved equal. Top Coat: a. 1 c at Brincrs #'1800 Scrics Vcrsatilc P lyamidc Ep xy Finish Minimum 2.5 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 3 D.M.T. or c. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish #97-51/51 - Minimum 3 D.M.T., or d. an approved equal. 099020 11/6/89 Page 6 of 15 7.4 EXTERIOR -STRUCTURAL STEEL, HANDRAILS, WALKWAYS, AND OTHER MISCELLANEOUS METAL WORK: (Sandblast "Near White Metal", SP - 10 or NACE #2) Prime Coat: a. 1 c at Brincrs #4805 Vcrsatilc Rcd Primcr Minimum 3 D.M.T., b. 1 coat - Koppers #654 Epoxy Primer - 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2.5 D.M.T., or d. an approved equal. Intermediate Coat: a. 1 c at Brincrs #'1817 Vcrsatilc Tan Primcr Minimum 3 D.M.T., cr b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 3 D.M.T., or c. 1 coat - Pittsburgh Light Gray Aquapon #97-3/98 - Minimum 3 D.M.T., or d. an approved equal. Top Coat: a. 1 c at Brincrs ACRA CLAD (Acrylic Urcthanc) Minimum 2.5 D.M.T., r b. 1 coat - Koppers Polyrethane - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Pitthane (Polyurethane) - Minimum 2.5 D.M.T., or d. an approved equal. 7.5 STRUCTURAL STEEL AND OTHER MISCELLANEOUS METAL SUBMERGED IN WASTEWATER: (Sandblast "Near White Metal", SP -10 NACE #2) Prime Coat: a. 1 c at Brincrs U#'1817 Vcrsatilc Tan Primcr Minimum 2.5 D.M.T., r b. 1 coat - Koppers 654 Epoxy, Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Green Inhibitive Primer - #97-49/98 - Minimum 2.5 D.M.T., or d. an approved equal. Intermediate Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat.) a. 1 c at Brincrs #791 C al Tar Ep xy Minimum 8 D.M.T., r b. 1 coat - Koppers Bitumastic 300-M Coal Tar Epoxy - Minimum 8 D.M.T., or c. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 8 D.M.T., or d. an approved equal. Top Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat.) a. 1 c at Brincrs #791 C al Tar Epoxy Minimum 8 D.M.T., r b. 1 coat - Koppers 300-M Coal Tar Epoxy - Minimum 8 D.M.T., or c. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 8 D.M.T., or d. an approved equal. 099020 11/6/89 Page 7 of 15 7.6 STRUCTURAL STEEL AND OTHER MISCELLANEOUS METAL SUBMERGED IN POTABLE WATER: (Sandblast "Near White Metal", SP -1 or NACE #2) Prime Coat: a. 1 c at Brincro #796 N n T xic Primcr, 2 2.5 D.M.T., r b. 1 coat - Koppers #294 Epoxy Primer - Minimum 3 D.M.T., or c. Pittsburgh (No system available), or d. 1 coat - Tnemec 20-1255 "Beige" Pota-Pox Primer - Minimum 3 D.M.T., or e. an approved equal. Intermediate Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat.) a. 1 coat - Brincro #797 Super Versatile Non -Toxic White - Minimum 5 D.M.T., r b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 6 D.M.T., or c. Pittsburgh (No system available), or d. 1 coat - Tnemec 20-2000 "White" Pota-Pox - Minimum 4 D.M.T., or e. an approved equal. Top Coat: (Shall be applied in not less than (4) hours and not more than fifteen (15) hours after applying the previous coat. a. 1 c at Brincro #797 Super Versatile N n T xic White Minimum 5 D.M.T., r b. 1 coat - Koppers 200 H.B. Epoxy - Minimum 6 D.M.T., or c. Pittsburgh (No system available), or d. 1 coat - Tnemec 20-2000 "White" Pota-Pox Minimum 4 D.M.T., or e. an approved equal. 7.7 INTERIOR - SHOP PAINTED PUMPS, MACHINERY AND MOTORS: Prime Coat: a. 1 c at Brincro #2810 Durap n Rcd Primcr Minimum 2 D.M.T., b. 1 coat - Koppers 621 Rust Inhibitive Primer - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Multi -Prime #97-684 Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 37K-77 Chem -Prime -Minimum 2 D.M.T., or e. an approved equal. Intermediate Coat: a. 1 c at Brincro #2800 Series Durap n Enamel Ep xy Minimum 2 D.M.T., r b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon Polyamide Epoxy finish - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 2H Hi -Build Tnemec-Glass - Minimum 2 D.M.T., or e. an approved equal. 099020 11/6/89 Page 8 of 15 Top Coat: a. 1 c at Brincrs #2800 Scrics Durap n Enamel Ep xy Minimum 2 D.M.T., r b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 2H Hi -Build Tnemec-Glass - Minimum 2 D.M.T., or e. an approved equal. 7.8 EXTERIOR - SHOP PAINTED PUMPS, MACHINERY, AND MOTORS: Prime Coat: a. 1 c at Brincrs #'1805 Vcrsatilc Rcd Primc 2.5 3 D.M.T., cr b. 1 coat - Koppers 654 Epoxy Primer 2.5 - 3 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 2.5 - 3 D.M.T., or d. an approved equal. Intermediate Coat: a. 1 c at Brincrs #'1817 Versatile Tan Primcr Minimum 3 D.M.T., b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 3 D.M.T., or c. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids #97- 151/159 - Minimum 5 D.M.T., or d. an approved equal. Top Coat: a. 1 c at Brincrs ACRA CLAD (Acrylic Urethane) Minimum 2.5 D.M.T., r b. 1 coat - Koppers Polyrethane - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Pitthane (Polyurethane) - Minimum 2.5 D.M.T., or d. an approved equal. 7.9 ELECTRICAL CONTROL EQUIPMENT: Prime Coat: a. 1 c at Brincrs #2810 Durap n Rcd Primcr Minimum 2.5 D.M.T., b. 1 coat Koppers 621 Rust -Inhibitive Primer Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2.5 D.M.T., or d. 1 coat - Tnemec Series 37-77 Chem -Prime - Minimum 2 D.M.T., or e. an approved equal. Intermediate Coat: a. 1 c at Brincrs #2816 Durap n Intermediate Primcr (Ep xy) Minimum 2 D.M.T., r b. 1 coat - Koppers 300 Enamel - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T., or d. an approved equal. 099020 11/6/89 Page 9 of 15 Top a. b. c. d. e. coat: 1 c at Brincrs #2800 Scrics Durap n D.M.T., r 1 coat - Koppers 300 Enamel - Minimum 1 coat - Pittsburgh Aquapon Polyamide D.M.T., or 1 coat - Tnemec Series 2H High -Build an approved equal. 8. PAINTING EXPOSED AND SUBMERGED METAL PIPING 8.1 EXPOSED VALVES, FITTINGS, AND PIPES: Grade" SP -6 or NACE #3) Enamcl Ep xy Minimum 2 2 D.M.T., or Epoxy Finish - Minimum 2 - Minimum 2 D.M.T., or (Sandblast "Commercial Prime Coat: a. 1 coat - Brincrs #'1805 Vcrsatukc Rcd Primcr - Minimum 3 D.M.T., b. 1 coat - Koppers 654 Primer - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Minimum 2.5 D.M.T., or d. an approved equal. Intermediate Coat: a. 1 c at Brincrs #4817 Vcrsatilc Tan Primcr Minimum 3 D.M.T., cr b. 1 coat - Koppers H.B. Epoxy - Minimum 6 D.M.T., or c. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids #97/151/159 - Minimum 5 D.M.T., or d. an approved equal. Top Coat: a. 1 c at Brincrs ACRA CLAD (Acrylic Urcthanc) Minimum 2.5 D.M.T., r b. 1 coat - Koppers Polyurethane - Minimum 2.5 D.M.T., or c. 1 coat - Pittsburgh Pitthane (Polyrethane) - Minimum 2.5 D.M.T., or d. an approved equal. Color Coding: Piping shall be color coded as shown on the drawings. When coding is not shown on the drawings, the following shall apply: Sludge Line Gas Line Potable Water Line Non -Potable Chlorine Line Sewage Line Compressed Air Line Heating Water Lines for Digesters or Building *Dry Mils Thick Brown Red Blue White -stenciled "Unsafe Water" Yellow Gray Green Blue with 6" red bands spaced 30" apart 099020 11/6/89 Page 10 of 15 8.2 VALVES, FITTINGS, AND PIPES SUBMERGED IN WASTEWATER: (Sandblast "Near White Metal" SP -10 or NACE #2) Prime Coat: (Applied at the rate recommended by the manufacturer) a. 1 coat - Brincrs U #'1817 Vcrsatilc Tan Primcr, 2.5 - 3 D.M.T., b. 1 coat - Knoppers 654 Epoxy Prier, 2.5 - 3 D.M.T., or c. 1 coat - Pittsburgh Aquapon Green Inhibitive Primer #97-49/98, 2.5 - 3 D.M.T., or d. an approved equal. Intermediate Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat.) a. 1 c at Brincrs #791 C al Tar Ep xy Minimum 8 D.M.T., r b. 1 coat - Knoppers Bitumastic 300 Coal Tar Epoxy - Minimum 8 D.M.T., or c. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 8 D.M.T., or d. an approved equal. Top Coat: (Shall be applied not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat.) a. 1 c at Brincrs #791 C al Tar Ep xy Minimum 8 D.M.T., r b. 1 coat - Koppers Bitumastic 300 Coal Tar Epoxy - Minimum 8 D.M.T., or c. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat 640-641 Epoxy Minimum 8 D.M.T., or d. an approved equal. 8.3VALVES, FITTINGS, AND PIPES SUBMERGED IN POTABLE WATER: (Sandblast "Near White Metal" SP -10 or NACE #2) Prime Coat: a. 1 c at Brincrs #796 N n T xic Primcr, Minimum D.M.T., r b. Koppers - No Primer Required, or c. Pittsburgh (No system available), or d. 1 coat - Tnemec 20-1255 "Beige" Pota-Pox Primer - Minimum 3 D.M.T., or c. an approved equal. Intermediate Coat: a. 1 c at Brincrs #797 Super Vcrsatilc N n T xic Whitc Minimum 4 D.M.T., r b. 1 coat - Koppers 200 Epoxy - Minimum 6 D.M.T., or c. Pittsburgh (No system available), or d. 1 coat - Tnemec 20-1000 "Pota-Pox" - Minimum 4 D.M.T., or e. an approved equal. Top Coat: (Should be applied within 48 hours of Intermediate (Coat) a. 1 c at Brincrs #797 Super Vcrsatilc N n T xic Whitc Minimum 4 D.M.T., r b. 1 coat - Koppers 200 HP Epoxy - Minimum 6 D.M.T., or c. Pittsburgh (No system available), or d. 1 coat - Tnemec 20-2000 "White" Pota-Pox - Minimum 4 D.M.T., or e. an approved equal. 099020 11/6/89 Page 11 of 15 9.PAINTING CONCRETE AND MASONRY 9.1 INTERIOR OF CONCRETE WASTEWATER WET WELLS: Prime Coat: (Applied at the rate recommended by manufacturer) a. 1 c at Brincrs #791 C al Tar Ep xy Minimum 8 D.M.T., r b. 1 coat - Koppers Bitumastic 300-M - Minimum 8 D.M.T., or c. 1 coat - Pittsburgh Coal Tax Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 8 D.M.T., or d. Tnemec - No Prime Coat Required, or e. an approved equal. Top Coat: (Shall be applied in not less than four (4) hours and not more than fifteen (15) hours after applying the previous coat). a. 1 c at Brincrs #791 C al Tar Epoxy Minimum 10 D.M.T., r b. 1 coat - Koppers Bitumastic 300-M - Minimum 10 D.M.T., or c. 1 coat - Pittsburgh Coal Tar Epoxy - Coal Cat #97-640/641 Epoxy - Minimum 10 D.M.T., or d. 1 coat Tnemec 46H413 Hi -Build Tnemec-Tar - Minimum 18 D.M.T., or e. an approved equal. The interior epoxy coating of concrete wastewater wet wells must be absolutely free of the slightest pinhole, air pocket, and other imperfections which allow entry of corrosive gasses. The Contractor shall provide all equipment, labor, and materials for testing and repair of pinholes and imperfections. Holiday detection shall be done with a D.E. Stearns Model 14/20 holiday detector. 9.2 INTERIOR - CONCRETE AND CONCRETE BLOCK: Prime Coat: (Applied as necessary to fill surface to the satisfaction of the Engineer) a. 1 c at Brincrs #4899 Bl ck Scalcr, r b. 1 coat - Koppers Block Sealer, or c. 1 coat Pittsburgh Polyamide Epoxy Filler #97-685/686, or d. 1 coat Tnemec 54-562 Modified Epoxy Masonry Filler, or e. an approved equal. Intermediate Coat: a. 1 c at Brincrs #9800 Scrics Vcrsatilc P lyamidc Ep xy Minimum 2 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Pitt -Glaze Hi Solids Epoxy - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 66 Hi -Build Epoxoline - Minimum 2 D.M.T., or e. an approved equal. 099020 11/6/89 Page 12 of 15 Top Coat: a. 1 c at Minimum b. 1 coat - c. 1 coat D.M.T., d. 1 coat - e. Brincrs #'1800 Scrics Versatile P lyamidc Ep xy 2 D.M.T., r Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or - Pittsburgh Pitt -Glaze Hi Solids Epoxy - Minimum 2 or Tnemec Series 66 Hi -Build Epoxoline - Minimum 2 D.M.T., or an approved equal. 9.3 EXTERIOR - CONCRETE AND CONCRETE BLOCK: Prime Coat: (Applied as necessary to fill surface to the satisfaction of a. b. c. d. e. the Engineer.) 1 c at Brincrs #'1849 Bl ck Soler, r 1 coat - Koppers Block Sealer, or 1 coat - Pittsburgh Polyamide Epoxy Block Filler #97-685/686, or 1 coat - Tnemec Series 54-562 Modified Epoxy Masonry Filler, or an approved equal. Intermediate Coat: a. b. c. d. e. Top a. b. c. d. e. 1 c at Brincrs #4800 Scrics Vcrsatilc P lyamidc Ep xy Minimum 2 D.M.T., r 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 2 D.M.T., or 1 coat - Tnemec Series 66 Hi -Build Epoxoline - Minimum 2 D.M.T., or an approved equal. Coat: 1 c at Brincrs #4800 Scrics Vcrsatilc P lyamidc Ep xy Minimum 3 D.M.T., r 1 coat - Kopper Glamorglaze 200 Epoxy - Minimum 3 D.M.T., or 1 coat - Pittsburgh Aquapon Polyamide Epoxy Finish - Minimum 3 D.M.T., or 1 coat - Tnemec Series 66 Hi -Build Epoxoline - Minimum 2 D.M.T., or an approved equal. 10. PAINT WOOD SURFACES 10.1 INTERIOR WOODWORK: Prime a. b. c. d. e. Coat: 1 c at Brincrs #1600 Enamel Undcrc ater Minimum 2 D.M.T., cr 1 coat Koppers 625 Undercoater - Minimum 2 D.M.T., or 1 coat Pittsburgh Enamel Undercoat 6-6 - Minimum 2 D.M.T., or 1 coat Tnemec Series 36-603 Undercoater - Minimum 2 D.M.T., or an approved equal. 099020 11/6/89 Page 13 of 15 Intermediate Coat: a. 1 c at Brincrs Durancmal Minimum 2 D.M.T., r b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Speedhide 6-252 Series Enamel - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 2H Hi -Build - Minimum 2 D.M.T., or e. an approved equal. Top Coat a. 1 c at Brincrs Durancmal Minimum 2 D.M.T., r b. 1 coat - Koppers Ponkote 300 Enamel - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Speedhigh 6-252 Series Enamel - Minimum 2 D.M.T., or d. 2 coats - Tnemec Series 2 H Hi -Build - Minimum 2 D.M.T., or e. an approved equal. 10.2 EXTERIOR WOODWORK: Prime Coat: a. 1 c at Brincrs Extcri r W d Primer Minimum 2 D.M.T., r b. 1 coat Koppers 625 Undercoater - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Speedhide 6-809 Exterior Wood Primer (Mildew Resistant) - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 36-603 Undercoater - Minimum 2 D.M.T., or e. an approved equal. Intermediate Coat: a. 1 c at Brincrs Acraflcx Minimum 2 D.M.T., r b. 1 coat - Koppers Rustarmor - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Speedhide 6-800 Series or Speedhike 1-900 Series (Mildew Resistant) - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 23 Enduratone - Minimum 2 D.M.T., or e. an approved equal. Top Coat a. 1 c at Brincrs Acraflcx Minimum 2 D.M.T., r b. 1 coat - Koppers Rustarmor - Minimum 2 D.M.t., or c. 1 coat - Pittsburgh Speedhike 6-800 Series or Speedhike N-900 Series (Mildew Resistant) - Minimum 2 D.M.T., or d. 2 coats - Tnemec Series 23 Enduratone - Minimum 2 D.M.T., or e. an approved equal. 11. PAINTING GYPSUM BOARD 11.1 GENERAL INTERIOR - GYPSUM BOARD Prime Coat: a. 1 c at Brincrs #3400 Acra K tc Minimum 2 D.M.T., r b. 1 coat - Koppers 600 Acrylic Emulsion - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Speedhike 6-2 Latex Sealer - Minimum 2 D.M.T., or d. 1 coat - Tnemec 51-792 PVA Sealer - Minimum 2 D.M.T., or e. an approved equal. 099020 11/6/89 Page 14 of 15 Top Coat: a. 1 c at Brincrs #3400 Acra K tc Minimum 2 D.M.T., r b. 1 coat - Koppers 600 Acrylic Emulsion - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Speedhide 6-2 Latex Sealer - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 6 Tnemec Cryl - Minimum 2 D.M.T., or e. an approved equal. 11.2 WASHROOM, SHOWER ROOM, LOCKER ROOM INTERIOR GYPSUM BOARD: Prime Coat: a. 1 c at Brincrs #4800 Scrics Vcrsatilc P lyamidc Ep xy Minimum 2 D.M.T., r b. 1 coat - Koppers Glamorglaze Wallboard Primer - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Multiprime 97-684 - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 51-792 PVA Sealer - Minimum 21 D.M.T., or e. an approved equal. Intermediate Coat: a. 1 c at Brincrs #4800 Scrics Vcrsatilc P lyamidc Ep xy Minimum 2 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon #97-3/98 - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 66 Hi -Build - Minimum 2 D.M.T., or e. an approved equal. Top Coat: a. 1 c at Brincrs #4800 Scrics Vcrsatilc P lyamidc Ep xy Minimum 2 D.M.T., r b. 1 coat - Koppers Glamorglaze 200 Epoxy - Minimum 2 D.M.T., or c. 1 coat - Pittsburgh Aquapon 97-51/51 - Minimum 2 D.M.T., or d. 1 coat - Tnemec Series 66 Hi -Build - Minimum 2 D.M.T., or e. an approved equal. 12. RESPONSIBILITY FOR PAINT SYSTEMS 12.1 The intent of this specification is to provide the Contractor with several manufacturers' paint systems on which to base his bid. The Contractor is responsible for verifying with the paint manufacturer before he purchases any material, that the paint system is suitable for use on this project and that application rates, etc., are in compliance with the manufacturer's recommendations. 13. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 099020 11/6/89 Page 15 of 15 SECTION 113100 FIBERGLASS REINFORCED PLASTIC WETWELL (S-64) 1. DESCRIPTION This specification shall govern all work necessary for the furnishing of all plant, labor, equipment, supplies, and materials and for performing all operations required to complete the wetwell. The Fiberglass Reinforced Plastic wetwell shall be a one-piece unit of one class, fabricated in a composite laminate to conform to the requirements as set forth in this specification. 2. GENERAL A. Dimensions: The wetwell shall be a ribbed, circular cylinder of minimum internal diameter as shown in the plans. (1) Wall component elements: isophthalic polyester resin, fiberglass chopped strand & continuous reinforcements. (2) Rib component elements: isophthalic polyester resin, Fiberglass chopped strand and woven roving reinforcements. B. Class: The wetwell shall be manufactured in one class of load rating. This class shall be H-20 wheel load (16,000 pounds dynamio wheel load). C. Governing Standards: Plastic laminate must meet the conditions of ASTM C582, and the chemical resistance test ASTM C581. Previous tests are acceptable provided laminates are representative. 3. MATERIALS: A. Resin: Unsaturated isophthalic polyester resins shall be used and they must meet the requirements listed below. Property 1.Acid Number 2.Hydroxyl Number 3.Solids Content Test Method ASTM D 465-59 ASTM D1259-61 Requirements Maximum = 15 Maximum = 30 Maximum = 50% The following requirements are determined when testing the resin without any reinforcing material included. Property 4. Flexural Strength 5. Flexural E -modulus 6. Elongation at rupture 7. Heat distortion temp. 8. Weight change after 28 days storing in distilled water 9. Surface hardness (Barcol) Test Method ASTM D 790-70 ASTM D 790-70 ASTM D 790-70 ASTM D 648-61 ASTM D 570-63 ASTM D2583-67 113100 Page 1 of 3 Requirements Min. 10,000 psi Min.400,000 psi Min. 22% Min. 167EF Max. 150 mg/sample Minimum 80% of resin's normal B. Reinforcement: Reinforcement shall be fiberglass mat, continuous roving, chopped roving and/or roving fabric. The fiberglass shall be type "E" and a finish compatible with the resin used. The interior surface shall be reinforced layer 0.25 mm to 0.50 mm (10 to 20 mils). Reinforcement materials shall be: 1. Chemically resistant 2. Organic Surfacing veil 3. Asbestos and they must have a coupling agent which will provide a suitable bond between the reinforcement and the resin. C. Fillers: Fillers, when used, must not degrade the resin chemical resistant properties as defined in Section 3.A of this specification. D. Additives: Additives, such as thixotropic agents, catalyst and promoters may be added as required by the specific manufacturing processes used to meet this standard. E. Laminate: (Cured composite including glass fiber reinforcement.) Cured laminate must meet the following conditions: Property 1. Glass Content (9% by weight) 2. Compressive Strength 3. Flexural Strength 4. Flexural E -modulus 5. Surface Hardness 4. REQUIREMENTS Test Method Requirements ASTM D2584-68 D 695-69 D 790-70 ASTM D790-70 ASTM D2583-67 20 + 70 % Min. 12,000 psi Min. 12,000 psi Min.700,000 psi Min. 90% of resin's normal A. Manufacturer Submitted: The manufacturer shall file with the Engineer the following prior to approval for installation. 1. Detailed design calculation for all structural components of the wetwell. 2. Detailed prototype test procedures and test results to include: a. Static Load test for H-20 (16,000 pounds dynamic wheel load incorporating 1.5 impact factor, 1.33 factor of safety with a long term strength retention of 80%. b. Deflection test. c. Stiffness test. d. Soundness test. e. Barcol Harness Cure test. f. Thickness test. g. Chemical Resistance test. 113100 Page 2 of 3 3. Detailed quality control to demonstrate conformance to design values and likeness to prototype wetwell features. B. Rejection of Wetwells: Wetwells are subject to rejection on account of any of the following visual defects. 1. Fuzz: Glass fibers loosely adhering to manhole which are not wet out with resin. 2. Protruding Fibers: Glass fibers sticking out form pipe surface that are not wet out with resin. 3. Resin Runs: Runs of resin and sand on surface of manhole. 4. Dry Areas: Areas in laminate with glass not wet out with resin. 5. Delamination: Separation in the laminate. 6. Blisters: Light (straw) colored areas resulting form too hot a cure. 7. Craze: Crack usually star shaped; caused by sharp impact. 8. Surface Pits or Voids: Small air pockets on the surface or directly), beneath the surface mat. 9. Wrinkles: Smooth irregularities on the surface. 10. Torn Edges, End Delaminations and End Gouges: Tears and rips in the edge of cuts. 11. Ground Areas: Areas around lap -up which have been abraded and not covered by lay-up. 12. Hand Layup Ragged Edges: Areas at the edge of hand layup that are not rolled down properly and rough. 5. CONSTRUCTION METHODS A. General: The wetwell installation should follow the manufacturer's recommended installation procedures. B. Excavation: The Contractor shall do all necessary excavation for the wetwell. Such excavations shall be of sufficient size as to permit the proper installation of the base. All such excavating shall conform to the size and dimensions as shown on the drawings, plus a minimum of three (3> feet to permit working room. Care shall be taken to insure that the excavation is not carried to a greater depth than required. If it becomes necessary to shore the walls of the excavated area, such shoring shall be of two (2) inch material. Shoring shall be braced in such a manner as to insure support of the walls and also permit the installation of the wetwell itself without necessitating the removal of any shoring until such time as the entire manhole is completed. No shoring shall be left or backfilled around, unless authorized by the Engineer. Shoring shall remain in place for at least 24 hours after the masonry or concrete work has been completed. C. Backfilling: The backfilling around the outside of wetwell shall commence as soon as practical but not until approval is given by the Engineer. All forms, sheeting, shoring, bracing etc., shall be removed as backfilling is accomplished. Such backfill shall be placed in layers of not more than 6 inches and mechanically tamped to a minimum 95% standard proctor density. 6. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 113100 Page 3 of 3 SECTION 151020 CHECK VALVES (LEVER & WEIGHT OPERATION) (S-104) 1. DESCRIPTION This specification shall govern all work necessary to furnish the check valves required to complete the project. 2. GENERAL The check valves shall be in accordance with AWWA C508 and prevent the return of fluid through the valve upon pump shut-off. It shall be Mueller Type A-2600-6-01 or approved equal. It shall have a heavy cast, iron body with bronze clapper disc seated by a bronze clapper arm against a bronze seat ring. The clapper shall be secured to a stainless steel shaft which turns in bronze bushings. The valve shall have 125 lb. flanged ends. The valve shall be of lever and weight operation. Prior to shipping, the contractor shall submit five sets of detailed drawings, specifications, installation instructions and maintenance instructions for the Engineer's review and approval. 3. FIELD SERVICE The manufacturer's field representative shall check the installation, adjust valves and be on -hand for initial start-up of the system. 4. PAINTING See Section 099020. 5. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 151020 6/89 Page 1 of 1 SECTION 151030 ECCENTRIC PLUG VALVES & ELECTRIC MOTOR ACTUATORS (S-105) 1. DESCRIPTION This specification shall govern all work required for furnishing eccentric plug valves & electric actuators required to complete the job. 2. MATERIALS Plug valves shall be of the tight closing resilient faced, non -lubricated variety and shall be of eccentric design such that the plug rises off the seat contact area during shaft rotation while opening and closing valve. In the closed position the plug shall press firmly into the seat for a dead -tight shutoff. Valves shall be drip -tight rated at pressures up to 175 p.s.i. through 12" and 150 p.s.i. for larger. The valve closing member should rotate approximately 90 degrees from open to closed position. Valve body - cast iron ASTM A 126, Class B End style - flanged Seat - 304 stainless steel or nickel Bearings - stainless steel Plug - cast iron Resilient facing - Buna N or Fluorinated Hydrocarbon Packing - Buna Vee Actuator - electric motor (Not Used This Project) Electric motor modulating valve actuator shall comply with AWWA C540 and the following: (Not Used This Project) Rotation - 90 degree reversible Torque rating - for 125 p.s.i. differential Cycle time - less than 100 seconds Duty - 15 minutes continuous Manual operation - integral with declutching device Hand switch - integral 5 position to permit local operation Mechanical stops - internal to prevent over travel Gearing - for 30 to 60 second opening/closing Auxiliary limit switches - 4 SPDT: 2 full open, 2 full closed Heater - 8 watt minimum Control wiring - 120 VAC, 1 phase, 60 Hz Equipment actuator with zero and span adjustments Provide actuator with a field set choice of valve position on loss of signal Submersible design required Electrical Characteristics: Power: 120 VAC. 1 phase, 60 Hz Rating: NEMA 4 Local Control: Push button station equipped with: Remote/local switch Position indication lights Reversible, intermittent contact Close - stop - open switch Contact closure for remote/local indication where indicated in schedule Enclosure - NEMA 4 Mounting - at inflow and outflow valves adjacent to tank 151030 1/90 Page 1 of 2 Manual Operation: Type: Handwheel, lever, or (operating nut required below ground unless specified otherwise). General: Comply with AWWA C504 Maximum torque at 80 lb. input Worm gear for handwheel operation Totally enclosed worm gear 3. SUBMITTALS The Contractor shall submit 5 sets of detailed drawings and specifications and maintenance instruction for the Engineer's review and approval, prior to construction. 4. SUPPORT FROM MANUFACTURER Field Service: The equipment manufacturer shall furnish the services of a qualified factory field service engineer at the site to inspect the installation and instruct the City's Wastewater personnel of the operation and maintenance of the unit. O&M Manual: The manufacturer shall furnish the Engineer with 4 sets of complete operation and maintenance manuals (including wiring diagrams). 5. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 151030 1/90 Page 2 of 2 SECTION 151502 ULTRASONIC DOPPLER FLOWMETER AND RECORDER (S-118) 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing ultrasonic doppler flowmeters and recorders required to complete the project. 2. GENERAL The flowmeter shall be ultrasonic of the doppler type for measuring flow rate in full pipes, and shall display instantaneous flow rate and shall have a totalizer and shall be capable of transmitting a signal to a Z -fold chart recorder. Flowmeter shall be POLYSONICS Model UFM84 with options specified below, or approved equal. 3. QUALIFICATIONS The manufacturer shall have instruments of the Doppler type and configuration measuring flow in domestic wastewater for a minimum of eight years. The Contractor shall submit a suitability certification signed by both the manufacturer and the Contractor stating that the manufacturer has reviewed the plans and specifications and the equipment to be supplied will comply with the specifications and will function properly after installed. 4. EQUIPMENT TRANSDUCERS: The electronic flow sensing device shall be mounted to the outside of the carrier pipe and be capable of removal without interruption of flow. Electrodes in contact with the liquid are not acceptable. The transducers shall be of the crystal type --one to transmit, the other to receive. The transducers shall be designed to operate in temperatures up to 320E F. The dual -head transducers shall be self -aligning with mount strap to be provided by the manufacturer. CALIBRATION: The flowmeter calibration shall be capable of being changed to different flow ranges on 1" through 72" pipe without replacement of any components or flow sensing assembly. ARMORED ASSEMBLY: The sensing element shall be supplied as a armored assembly with a jacketed flexible cable of sufficient length and shall be interchangeable between without recalibration of metering system. SOLID-STATE: The sensing element shall be solid-state and the transformer isolated and designed to meet special requirements. The receiver circuit shall be double high -Q staged. The transmit circuit shall be cable length adjustable to permit transmit power to flow sensor cables up to 100 feet long. RESPONSE: The flowmeter shall respond to flow rates as low as .2 feet per second when flow stream is nearly clean or contains particles and/or bubbles. ENCLOSURE: The transmitter -indicator shall be housed in a NEMA 4X enclosure with gasketted shatterproof windows for meter viewing. The housing shall be front hinged for easy access for controls and be suitable for wall mounting. FLOWMETER ELECTRONICS: The flowmeter electronics shall be designed to operate at temperatures between -10E and 140E F. All electronic 151502 6/90 Page 1 of 3 circuits shall be interchangeable with other flowmeters of the same model number. All electronic circuits shall be coated with an anti - fungus compound. The transmitter circuit and calibration frequency standard shall be crystal controlled. The transmitter shall be powered by 120 VAC at 50/60 Hz requiring less than 10 watts. Circuitry shall have automatic bleeds for lightning protection. FILTER: An AC power line noise filter and voltage surge protector shall be provided. SIGNAL LOSS PROTECTION: A signal strength meter and/or loss of signal indicator shall be provided. Output shall be driven to zero upon loss of signal. DAMPING: The transmitter circuitry shall employ dual stage damping to detect flow variations and automatically change time constants to track the actual flow change for steady chart readings and smooth flow control. ADJUSTMENTS: The transmitter shall include adjustments for range calibration, mA span, mA zero, output signal damping and AGC sensitivity. CALIBRATION PANEL: The transmitter shall contain a calibration panel with switch and vernier dial directly calibrated in velocity units over a range of 0-1 Ft/Sec through 0-40 Ft/Sec. Dial resolution shall be in increments of .01 Ft/Sec. CALIBRATION CHECKING DEVICE: A built-in calibration checking device shall be provided. This internal frequency standard shall consist of an on -board frequency device and separate reference frequencies. The manufacturer shall supply a multi -point flow calibration curve. CURRENT OUTPUT: The 4-20 mA output shall be proportional to flow and isolated. The maximum resistive load shall be 600 ohms. Output current limiting circuitry shall be provided. DIGITAL DISPLAY OF FLOWMETER: The transmitter shall contain a digital display of flow rate. The digital display shall be calibrated in gallons per minute. CROSSTALK: The transmitter shall contain electronic means to allow crosstalk from other in-service sonic flowmeters of the same manufacturer. RECORDER -TOTALIZER: The recorder shall be Z -fold 4" chart recorder with 3 continuous writing pins. The recorder -totalizer shall be a digital type to receive the 4-20 ma signal from two independent transponor assemblies. The signal from the two sources shall be integrated to display the total flow from the lift station by the third pen. The digital display will only display the instantaneous flows. 5. OPERATING CONDITIONS GENERAL REQUIREMENT: The job will require that flow be measured at two locations by two separate transponder assemblies. The instantaneous flow at each location shall be independently displayed. The recorder -totalizer shall display the combined flow from the two locations. 10" PIPE CONNECTION AT LAGUNA SHORES: 151502 6/90 Page 2 of 3 Liquid to be measured: domestic sewage Flow range: 0-1,200 GPM Pipe: 10" ductile iron class 50 with 40 mil polyethylene lining Diameter: OD=11.10".44" ID=10.44" Transducer cable length: 55 feet 16" PIPE CONNECTION AT LAGUNA SHORES: Liquid to be measured: domestic sewage Flow range: 0-3,800 GPM Pipe: 16" ductile iron class 50 with 40 mil polyethylene lining Diameter: OD=17.40" ID=16.64" Transducer cable length: 65 feet 6. INSTALLATION STORAGE OF MATERIALS: The Contractor shall be responsible for the proper storage of equipment and materials. PLACEMENT: The transducers shall be mounted to the pipes in the fiberglass manholes. The flowmeter and recorder -totalizer units shall be mounted on the wall of the control room of the lift station. Cables shall be installed in 1" PVC conduit along side the pipe for underground installation and in 1" aluminum conduit mounted to the exterior wall of the valve vault and interior wall of the existing structure for above -ground installation. CALIBRATION AND INITIAL OPERATION: The equipment supplier shall provide the services of a qualified field representative to calibrate and set up equipment as required for proper operation. After the system is functioning properly, the equipment supplier shall prepare a final report to be submitted by the contractor to the engineer. The final report shall address any revisions or modifications which are not consistent with the original submittals for the equipment. Four copies of the report shall be submitted as part of the 0&M Manual. 7. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal as bid item, providing and installing of ultrasonic doppler flowmeter and recorder shall not be measured for pay but shall be considered subsidiary to other work. 151502 6/90 Page 3 of 3 SECTION 016510 TESTING AND START-UP PART 1 GENERAL 1.01 SCOPE Testing and start-up of all equipment and systems. 1.02 SUBMITTALS A. Submit to ENGINEER, for review, start-up and test schedule a minimum of 60 days prior to commencing Work specified in this section. B. Submit to ENGINEER a minimum of five (5) copies of field test data and test records for all equipment and systems. 1.03 SERVICE OF MANUFACTURER'S REPRESENTATIVE A. The Contract Amount for the Project shall include the cost of furnishing competent and experienced personnel (not salespersons) who shall represent the manufacturers and shall assist the CONTRACTOR, when required, to install, adjust, and test the equipment in conformity with the Contract Documents. B. After the equipment is placed in permanent operation by the CONTRACTOR, such personnel shall make all adjustments and tests required to prove that such equipment is in proper and satisfactory operating condition and shall instruct the OWNER's representatives in the proper operation and maintenance of such equipment or systems. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 TESTING AND START-UP PLAN A. Submit plan which includes a schedule for testing and start-up of all equipment and systems provided as part of the Work. B. Include in the start-up plan: 1. Sequences 2. Lockout procedures and safety precautions 3. Utility requirements 3.02 PREPARATION A. Complete equipment installation with controls, safety devices and auxiliary support systems necessary to start the equipment and verify that the equipment functions correctly under no load conditions. B. Remove temporary bracing supports and other construction debris that may damage equipment. C. Remove protective coatings and oils used for protection during shipment and installation. D. Flush and fill lubricated systems in accordance with Manufacturer's instructions. 016510 Page 1 of 2 E. Install temporary connections and devices required to fill/ operate, checkout and drain the system. F. Check equipment for correct direction of rotation and freedom of moving parts. G. Align equipment to Manufacturer's tolerances. H. Check installation prior to start-up for conformance to Manufacturer's instructions. I. Adjust or modify equipment to ensure proper operation. J. Correct any deficiencies or problems noted in Manufacturer's representative's installation reports. 3.03 TESTING AND START-UP A. Begin testing and start-up procedures after acceptance by ENGINEER of testing and start-up plan and after receipt of Manufacturer's installation report. B. Make final connections to equipment and complete the system installation necessary to apply the system loads to the equipment and verify the equipment functions correctly. C. Perform clean water tests of equipment as required by the various sections prior to plant start-up. D. Start equipment according to manufacturer's instructions. E. Place each piece of equipment in the system in operation until the entire system is functioning. F. Operate the system through the design performance range consistent with available flows. Adjust, balance, and calibrate and verify that the equipment, safety devices, controls, and process system operate within the design conditions. G. Conduct a training of City Personnel in the operation of each component of the lift station. Training shall be for a minimum of 16 hours over the course of two (2) working days. 3.04 MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 016510 Page 2 of 2 SECTION 028020 CEMENT STABILIZED SAND 1. DESCRIPTION Scope: Use cement stabilized sand as shown on the plans. 2. MATERIALS Bank Sand Portland Cement Water 3. EXECUTION 3.1 Cement stabilized sand shall be used to protect various existing utility pipes throughout this project. Place a minimum of 1 bags of Portland cement per cubic yard of bank sand. Cement stabilized material shall be placed in a manner that will completely fill all voids in the area of placement. Moderate compaction methods shall be used to fill all voids. Hand -operated tampers may be used. 4. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 028020 Page 1 of 1 SECTION 022410 STORMWATER POLLUTION PREVENTION 1. DESCRIPTION This specification will govern all work required for stormwater pollution prevention measures during and after construction. The work shall include a Storm Water Pollution Prevention Plan (SWP3), installation, maintenance and removal of erosion, sedimentation and environmental control devices. The specification includes removal of accumulated sediment and debris. 2. MATERIALS All materials shall meet the requirements set forth in or standard materials approved by the City of Corpus Christi Stormwater Department. 3. SERVICE OF MANUFACTURER'S REPRESENTATIVE A. Storm Water Pollution Plan The contractor shall engage the service of an established Stormwater Quality Management Firm familiar with local conditions and requirements to: (1) Prepare a Storm Water Pollution Prevention Plan (SWP3) (2) Submit the Notice of Intent (NOI) (3) Perform required inspections (4) Submit the Notice of Termination (NOT) All aspects of Items (1)-(4) shall be in strict accordance with all Federal, State and local regulations. The SWP3 must be submitted to the Engineer and the City Stormwater Department prior to commencement of construction. B. General 1. Phasing. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the plans or as directed. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which he Contractor is able to control. Minimize disturbance to vegetation. 2. Maintenance. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the SWP3. 3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable stormwater plan. Establish a uniform vegetative cover. The project will not be accepted until a 70o density of existing adjacent undisturbed areas is obtained, unless otherwise shown on the plans. When shown on the plans, the Engineer may accept the project when adequate controls are in place that will control erosion, sedimentation and water pollution until sufficient vegetative cover can be established. 022410 Page 1 of 2 4. Finished Work. Upon acceptance of vegetative cover, remove and dispose of all temporary control, measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. 5. Restricted Activities. Do not locate disposal areas, stockpiles or haul roads in any wetland, water body or streambed. C. Installation, Maintenance and Removal Work. Perform work in accordance with the approved SWP3. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. Remove sediment, debris and litter. Dispose of removed material in accordance with federal, state and local regulations. Remove devices upon approval or when directed. Upon removal, finish - grade and dress the area. Stabilize disturbed areas in accordance with the SWP3, and as shown on the plans or directed. All disturbed areas shall be restored in accordance with Specifications Item 028020 "Erosion Control By Seeding". The Contractor retains ownership of Stockpiled material and must remove it from the project when new installations or replacements are no longer required. 4. MEASUREMENT AND PAYMENT Measurement and payment shall be as explained in Section 01 29 01 "Measurement and Basis For Payment" and as indicated in Section 00 30 01 "Bid Form". 022410 Page 2 of 2 SECTION 130800 PASSIVE EARTH FILTER PART 1 GENERAL REQUIREMENTS 1.1 SCOPE This section covers furnishing and installation of foul -air blower, all media, air header, air distribution piping, and drip irrigation system for a complete passive earth filter system for odor control. 1.2 BASIS OF DESIGN A. The products and system configuration of Bohn Biofilter Corporation, Tucson, AZ, (520) 624-4644, are herein used as a basis of design and to establish minimum quality and construction standards. B. An approved equal may be submitted for Engineer's approval in accordance with Section 013010, Contractor's Submittals. Submit product information, drawings, and a letter, signed and sealed by a Texas Licensed Professional Engineer, certifying that the product meets or exceeds the requirements of the plans and this section. Identify any specific exceptions and any required modifications to other project components such as, but not limited to, blower fan, electrical, grading and paving, underground piping, structural elements and controls. A Texas Licensed Professional Engineer shall provide modified plans and specifications for any such project components thus affected. Alternate systems must be approved 14 days prior to bidding. 1.3 DESIGN CRITERIA A. The passive earth filter system shall be installed as shown on the drawings. B. The proposed lift station structure will be vented through a passive earth filter system to eliminate odors emanating from the structure. C. The passive earth filter system shall be designed to treat 1200 scfm continuous vapor flow rate. The system shall be designed to eliminate odor -causing compounds such as hydrogen sulfide, volatile organic compounds, and other odors typical of a wastewater lift station. The system shall remove 99% hydrogen sulfide with a maximum input concentration of 50 ppm. D. The passive earth filter design shall utilize an activated soil bed type of medium. Compost, wood chips, and other types of organic media will not be acceptable. The maximum allowable pressure drop through the activated soil shall be less than 8 inches W.C. E. The passive earth filter bed shall be as shown on the drawing. 1.4 PROCESS DESCRIPTION A. Vapors will be drawn off of the head space of the lift station and vented to the passive earth filter blower that is specified elsewhere. The vapors will enter the passive earth filter header and distribution -piping network where it will be dispersed through the passive earth filter medium. The vapors will travel up through the activated soil and will be oxidized by microbial activity within the passive earth filter to non -odorous products. The distribution piping shall be designed in a manner to evenly distribute the vapors across the passive earth filter thus eliminating short-circuiting and dead spots. B. The passive earth filter system shall include a drip irrigation system for 130800 Page 1 of 3 moisture control of the activated soil media. The drip irrigation system shall be segregated into independent zones, and the number of zones shall be determined by the passive earth filter vendor. 1.5 SUBMITTALS Submit shop drawings and product data under the provisions of Section 013010. 1.6 GUARANTEE A. The vendor shall guarantee the life of the activated soil passive earth filter medium for a period of at least 20 years and the Vendor shall guarantee there will be no odors detectable a distance of 50 feet beyond the edge of the passive earth filter bed. If any defects or mal -performance occur in that period, the Vendor shall make all necessary alterations, repairs or replacements free of charge. B. AIR HEADER: The air header pipe shall be constructed of either high density polyethylene (HDPE) pipe in accordance with ASTM D-1248, or fiberglass reinforced plastic pipe in accordance with ASTM D-2997. C. DRIP IRRIGATION SYSTEM: The biofilter shall include a drip irrigation system for moisture control of the activated soil media. The drip irrigation system shall include drip tubing, a solenoid control valve and filter, and an irrigation controller. D. CONTROL VALVE: The irrigation control valve shall be a Rain Bird XCZ-150-PRB-COM scrubber valve with integral filter and pressure reducing valve, or equal. Valve shall be supplied with 24V ac coil and fail closed on a loss of power. E. IRRIGATION CONTROLLER: The irrigation control system shall consist of a Rain Bird Model ESP -Me sprinkler timer. Electrical input required: 120 VAC ± 10%, 60 Hz. Electrical output: 24 VAC. G. BLOWER FAN AND MOTOR: the blower fan shall meet the following requirements (submit shop drawing for approval): a. ISO 9001 compliant; b. Minimum flow 1200 SCFM; c. Static Pressure 9 WG; d. Minimum Motor Horsepower 2 HP or that necessary to provide required air flow and pressures, whichever is greater (Fan Rpm: 2586); e. Explosion -Proof Motor; f. Cast aluminum blower housing, cover, impeller and manifold; g. Cast iron flanges (threaded); h. Teflon lip seal; i. UL and CSA approved motor with permanently sealed ball bearings for explosive gas atmospheres; j. Sealed blower assembly; k. Quiet operation within OSHA standards; 1. 230 volt, three phase, 60 Hz; m. Weather/Corrosion resistant surface treatment and sealing; n. Flow meter reading in SCFM; o. Pressure gauge; p. External muffler for additional silencing; q. Thermal protection for motor. 130800 Page 2 of 3 PART 3 EXECUTION 3.1 INSTALLATION A. Passive earth filter installation shall be in accordance with the manufacturer's instructions. B. Contractor shall excavate the passive earth filter pit as shown on the drawings and in accordance with Specification Sections 021020, 021040 and 022020. Install clay liner and underdrain system in accordance with the construction drawings and manufacturer's instructions. 3.2 STARTUP AND TESTING A. The manufacturer shall provide a qualified representative to supervise the installation of the passive earth filter system. B. The manufacturer shall provide a qualified representative to supervise the startup and testing of the system for a period not to exceed four (4) days. 3.3 MEASUREMENT AND PAYMENT Include cost in lump sum bid for passive earth filter. 130800 Page 3 of 3 SECTION 139000 SCADA SYSTEM PART 1 - GENERAL A. SUMMARY 1. Furnish, wire, program a new RTU at 450MHZ, reprogram existing HMI at Master sites, and test operation. 2. All SCADA work shall be subcontracted to and performed by contractor with a minimum of 5 years SCADA experience. 3. SCADA contractor shall provide all work associated with SCADA system including: a. Providing and installing new RTU panel b. Installation of antenna pole, new coax, and new antenna. c. Interfacing with electrical control system to monitor I/O. d. RTU PLC programming changes as per revised I/O. e. HMI programming changes as per revised I/O. 4. SCADA Contractor shall provide up -date documentation in electronic format including: a. Control panel wiring diagrams in AutoCad Format b. Control panel schematic diagrams AutoCad Format c. PLC logic program files d. HMI graphic files 5. SCADA contractor shall function test radio communications system (RF power output, RSSI, etc.) and compare results with original installation data and correct any deficiencies. B. CONTRACTOR'S QUALITY CONTROL TESTING 1. Testing: a. A system test of Remote Terminal Unit (RTU) and the HMI functions shall be performed by the Contractor after panel relocation. The purpose of the tests shall be to verify the functionality, performance, and revised screens, displays, and configurations. 2. Field Testing: a. Contractor shall test the installation, operation, and performance of RTU and communications for proper operation. b. Test the installation, operation, and performance of each communication device in accordance with the manufacturer's recommendations. 139000 SCADA System Page 1 of 12 C. SUBMITTALS a. Shop drawings shall be submitted for approval prior to rewiring panel. Shop drawings shall clearly identify any departure or variance from the Contract Documents, including nature of the departure or variance and the reason for such departure. Departures or variances shall only be incorporated into the Work after explicitly requested by the Contractor and approved in writing by the Owner. 2. Shop Drawings: a. Panel Fabrication Shop Drawings — Submit revised panel equipment layout drawings and detailed point-to-point wiring diagrams to demonstrate compliance with the Contract Documents. Drawings shall show a front view and internal view of each control panel. Drawings shall identify raceways, wireway, ground bars, ground lugs, tag labels for all control panel components, and other accessories as required by the Engineer to fully describe the fabrication details of the panel. Wiring diagrams shall identify wire numbers, wire colors, and wire type. b. Graphic Screen Display Layouts — Prior to beginning modifications of graphic displays for operator control stations, submit proposed changes to existing layouts of graphic displays for approval. 3. Field Installation And Checkout Procedures a. Submit procedures for field installation of equipment, connection of field wiring, startup of control panels and equipment, and operational checkout of RTU. Records shall include optimum azimuth setting for antenna and corresponding RSSI value determined during installation tests. b. Submit records of field installation and operational checkout within seven days of completion of checkout tests. 4. Operation And Maintenance Manuals a. Update and operation and maintenances manuals as affected by contract changes. 5. Certifications a. Coaxial Cable Installation Training — Submit certificates of training for the personnel performing coaxial cable terminations. PART 2 - PRODUCTS GENERAL 1. The contractor shall provide new RTU to the site configured and ready for installation as per I/O as indicated on drawings. Existing RTU shall be removed and delivered to City after reconfigured RTU is installed and operational. Contractor shall provide all components, and PLC/HMI programming for a complete and operational system. Contractor shall modify HMI screens such that operators can view historical trends on motor run time and extract the pump run time for any time period (i.e. from week to week or as required by the operator.) 139000 SCADA System Page 2 of 12 2. 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. B. REMOTE TERMINAL UNITS (RTU) All panel modifications requiring new devices shall be mounted on the backpanel, unless otherwise indicated, and shall be din -rail mounted unless otherwise specified. Devices found to be screw or bolt mounted to the backpanel in -lieu of din -rail mounting shall be cause for rejection of the control panel requiring replacement of the backpanel and rewiring as necessary. All holes in enclosures for mounting of instruments shall be punched or drilled. RTU panel shall be NEMA 4X fiberglass. 3. Panel wiring shall be as follows: a. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. b. Each conductor shall be assigned its own number and no number is used more than once. The number of each wire is placed at both ends of the wire next to its end using a pre-printed wire tag. c. The wire numbers, as actually installed, shall match the numbers on the shop drawings, O&M manuals and wiring diagrams for the panel. d. Wiring shall be run enclosed in plastic wireway wherever possible. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6" with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross section, and shall be securely fastened to the panel framework. Conductors carrying different voltages classes shall be run in separate wireways. Wiring carrying voltages that originate at different source shall not run in the same wireway. e. Only one conductor shall be terminated under a terminal screw. Where multi - terminations are required, group terminals and bridge with terminal manufacturer's insulated jumpers. Jumpers made using short pieces of wiring will not be accepted. f. Each device requiring power shall be wired so that when wires are removed from any one device, power will not be disrupted to any other device. The case of each device shall be grounded either by mounting directly on an unpainted steel frame or by a third wire. g. h. All ground wires shall be terminated to a common panel ground bus. 139000 SCADA System Page 3 of 12 4. Panels components shall meet the following requirements: a. 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. b. 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. Power supplies shall be as manufactured by Sola. c. A print pocket shall be provided in the panel and shall contain a revised 11"x17" control schematic and a revised 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. d. 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. C. PROGRAMMABLE LOGIC CCONTROLLERS (PLC) 1. General: All PLC devices shall be manufactured by a single manufacturer. All control devices shall be modular, field expandable, and provide for replacement of input and output modules without removal, replacement, rewiring, reconfiguration, or un - powering of the controller. 2. Hardware Configuration: The programmable controllers shall meet the following minimum requirements: 139000 SCADA System Page 4 of 12 Power Supply: All control devices shall be powered by a 24 VDC power source. Any other devices or power supplies necessary to obtain proper operation of the control devices from the 24 VDC power sources shall be provided with the control panels. Central Processing Unit: 32 -Bit CMOS Microprocessor Memory: 1 MB RAM with battery backup 256K ROM. Memory shall be upsized as necessary to accommodate the device configuration, programmed logic, coding, communication routines, and temporary data storage Timer: Real time clock with battery backup to time Stamping and event timing Communication Ports: Each programmable controller shall be provided with a minimum of three (3) manufacturer - provided built-in ports for communication with external devices. 1) one port shall communicate Modbus TCP -IP software controlled, with operation up to 10 Mbps for communication to a TCP -IP radio transceiver data port, 2) one port shall communicate RS -232, with operation up to 9,600 bps for communication to a data display terminal, 3) one port shall communicate RS -232, with operation up to 19,200 bps for communication to an external serial communication device. Protocol / Transport: Modbus / TCP -IP Temperature Range: (continuous operation) 0°C to 70°C (storage) -20° to 85°C Humidity Range: 5% to 95% relative humidity, non -condensing 3. Acceptable Manufacturers: No substitutions from the acceptable manufacturer's and product lines will be accepted unless the specified product line is replaced by a newer product line having the same features. The following are acceptable manufacturer's and specific product lines: a. Modicon Momentum, Schneider Automation, Inc., North Andover, MA. 139000 SCADA System Page 5 of 12 4. Mounting Racks: a. Mounting racks / backplanes for input and output modules shall be specifically design to work with manufacturer's modular controller. b. I/O racks shall allow the mixing of analog and digital modules on the same I/O rack. c. I/O racks shall be fused to provide protection to the I/O rack and devices. d. I/O racks shall be DIN rail mounted and have locking system to hold modules securely to the rack. e. I/O racks shall be provided with an integral screw-type terminal strip for field wiring common connections. f. I/O racks and / or modules shall have "snap -on" identification plates for labeling each individual channel. 5. Analog Input Modules: Analog inputs shall be 1-5 V DC / 4-2OmA D.C. configurable, 12 bit A/D, with surge protection in accord with ANSI C37.90-1983. 6. Analog Output Modules: Analog outputs shall be 4-20mA DC, 12 bit A/D, with surge protection in accord with ANSI C37.90-1983. 7. Digital Input Modules: Discrete inputs shall accept remote dry contact operations with internal power source from the processor input power and shall be optically isolated to provide 1500V common mode isolation. Digital Output Modules: Discrete outputs shall be programmable for on/off latch; momentary; counter/pulse, PDM, and PDO output modes. 9. Expandability: All controllers shall be expandable by adding modules. Provide a minimum of 10% spare I/O points, but not less than one spare point, for each type of module installed in panel. All spare I/O shall be pre -wired to the terminal strip and labeled. 10. Software: Controllers shall use a high-level, modular process control language. The programming environment and tools for creating the application software must be compatible with standard personal computers and certified to properly run under Windows 2000. D. COMMUNICATION DEVICES Licensed Radio Transceivers a. Licensed Remote Radio Transceivers: Units shall be MDS NR -104L and/or NR - 109L network remote radio transceivers, Microwave Data Systems Corp., Rochester, New York (716) 242-9600. No substitutions will be accepted. 139000 SCADA System Page 6 of 12 b. Transceiver shall be housed in a die-cast aluminum housing to eliminate interference with data/computer equipment and shall include manufacturer's standard mounting brackets. c. The following functions shall be indicated with LED indicators on the housing: 1) Power Status 2) Data Carrier Detect (DCD) 3) Receive data status (RX) 4) Transmit data status (TX) d. Provide five of the manufacturer's standard handheld terminals for monitoring the internal operation and diagnostic parameters. e. Provide one copy of the manufacturer's programming software on CD-ROM with the radio transceivers. f. Diagnostic information from all remote transceivers shall be sent over the radio frequency channel to the polling master. Diagnostic data transmitted over the radio network shall use encoding to eliminate the possibility of diagnostic information being misinterpreted at data being sent by the communication system. g. The licensed radio transceivers shall meet the following Transmitter requirements: Output power (at the antenna port): 5 watts (+37 dBm) maximum adjustable from 0.1watt (+20 dBm) Duty Cycle: Continuous at full range of power output up to 5 watts Data Turnaround Time: 10 ms Transmit Frequency Range: 450 to 512 MHz, preset at 453.775, Frequency stability: 0.00015% from -30°C to 60°C Automatic Frequency Correction: Built in, on/off Bandwidth Compatibility: 12.5 KHz channels Modulation Type: Binary Carrier Phase FSK Spurious/Harmonic Emissions: -65 dBc / -65dBc 139000 SCADA System Page 7 of 12 Output Impedance: 50 ohms Timeout Timer: Programmable from 0-255 seconds RTS -CTS Delay: Programmable from 10-255 seconds PTT Delay: Programmable from 0-31 ms Squelch Tail Eliminator: Selectable On or Off Forward & Reflected Power Detector: Built-in 139000 SCADA System Page 8 of 12 h. The licensed radio transceivers shall meet the following Receiver requirements: i. The licensed radio transceivers shall meet the following General requirements: Voltage: Dual Conversion Superheterodyne Frequency stability: 0.00015% from -30°C to 60°C Automatic Frequency Correction: Built in, on/off Sensitivity / Bit Error Rates: -108 dBM for 1 x 10-6BER, 9600bps Receive Frequency Range: 450 to 512 MHz, preset at 458.775 Bandwidth Compatibility: 12.5 KHz channels Spurious and Image Rejection: 85 dB, minimum IF Selectivity: 65 dB minimum at adjacent channel RF Input Impedance: 50 ohms Intermodulation: 75 dB minimum (per EIA) Desensitization: 65 dB minimum Received Signal Strength Built-in, Indication Range -120dBm to —60dBm i. The licensed radio transceivers shall meet the following General requirements: Voltage: 13.8 VDC Power Use: TX < 2300mA @ 13.8VDC RX < 400mA @ 13.8 VDC Temperature range: Full performance -30°C to 60°C Humidity range: 0 to 95% RH, non condensing Antenna connection: Type N female Ethernet Interface: 10 Base T with IP Support, RJ -45, DTE 139000 SCADA System Page 9 of 12 E. SURGE SUPPRESION 1. TVSS device shall be HBL1TDR7515 as manufactured by Hubble. F. ANTENNA 1. Contractor shall provide a new Decibel Products DB -437 Directional Yagi Antenna (Allen Telecom Group, Decibel Products Division, Dallas, Texas, 800-676-5342), or approved equal. G. COAXIAL CABLE 1. Contractor shall provide a new coaxial cable meeting the following requirements: Characteristic impedance: 50 ohms Outer Conductor: Copper, annularly corrugated Inner Conductor: Copper Dielectric: Closed cell low loss foam Seal: Connector o -rings to seal out moisture 2. Coaxial cable shall be Andrew Corporation Heliax LDF Series (Andrew Corporation, Orland Park, IL, 708-349-3300), or approved equal. 3. Diameter of coaxial cable shall be sized so that feedline loss from the antenna -side of the coaxial surge suppressor to the antenna does not exceed 1dB for directional antennas and 2 dB for omni -directional antennas. Feedline losses shall be calculated at the operating radio frequency and shall include losses in cable and connectors. The minimum size coaxial cable provided from the panel to the antenna shall be 1/2" diameter. 4. All coaxial connectors shall be Type -N connectors. Connectors shall be manufactured by the same cable manufacturer which furnishes the coaxial cable. Connectors shall be Andrews Corporation Heliax cable connectors, or approved equal. All connectors shall be constructed of brass or be silver plated as recommended by manufacturer. Connectors shall have o -ring seal. 5. All connections shall be weatherproofed using 3M -brand cold shrink weatherproofing kit or approved equal cold shrink weather proofing kit. 6. Provide a pre -made cable assembly of Andrews Heliax Superflexible coaxial cable to connect from the radio antenna port to the radio -side of the coaxial surge suppressor. Provide straight or angled N -type connectors as necessary to route cable assembly within panel without exceeding manufacturer's recommended bend radius. The pre - made cable shall be assembled by the coaxial cable manufacturer and shall be shipped with a certification of assembly and testing. 7. Provide manufacturer's recommended coaxial ground kit. 139000 SCADA System Page 10 of 12 PART 3 - EXECUTION A. ANTENNA AND COAXIAL CABLE INSTALLATION 1. After reinstalling antenna pole, mounts, and cabling for the RTU panel, conduct a radio link test to demonstrate proper operation of the communication link. 2. Tests shall document the size of the data string transmitted, the number of errors detected in the data string, the RSSI received signal strength measurement on both sides of the communication link, and the height of the remote antenna. 3. Antenna shall be installed as indicated on the plans and shall be positioned using radio diagnostic software to optimize the signal strength. 4. Measure and record the VSWR for the antenna and cabling from the point of connection at the coaxial cable lightning protector and update wastewater records. 5. Following connection of the antenna to the coaxial cable lightning protector, measure and record the signal strength in decibels, the forward power, and the reverse power as measured at the remote transceiver. Measure and record the signal strength in decibels, the forward power, and the reverse power as measured at the repeater. 6. All coaxial connections shall be made only by qualified staff who have passed the cable manufacturer's certified training course for cable terminations. All terminations shall be made using the cable manufacturer's recommended cutting and crimping tools. 7. All coaxial connections shall be immediately weatherproofed within 8 hours following installation. Any coaxial cable observed stored without the manufacturer's recommended end caps or un -weatherproofed connections shall be rejected, marked with permanent paint, and removed from the site. 8. All coaxial cables shall be grounded at the low point using manufacturer's recommended coaxial grounding kits. 9. Contractor shall field route & support coax cable as required and protect cable from any abrasive surfaces where cable may be damaged. All metal support clamps shall be PVC coated. Contractor shall comply with bending radius as per manufacturer's specifications. Any cable found to be deformed, kinked or damaged similarly, shall be replaced by the contractor at no additional cost to the owne B. SEQUENCE OF OPERATION 1. General Overview: The existing sequence shall remain as is. Modifications shall be made accordingly to the PLC logic and HMI screens to accommodate new I/O as indicated on drawings. 2. Software Programming And Configuration: All software shall be installed, configured, and tested prior to delivery to the project. 139000 SCADA System Page 11 of 12 1. The existing SCADA Lift station Monitoring is listed below for reference: a. The new SCADA system shall oversee Lift station function by monitoring as per I/O list on drawings. b. The PLC shall maintain a continuous pump total run time (hours) for each pump. c. The PLC shall monitor time period (minutes) between pump starts and compare value to a user selectable value to be input from the HMI by an operator. A value exceeding the operator's value shall initiate an alarm. d. The PLC shall monitor total start/stop cycles per hour for each pump and compare the value to a user selectable value to be input from the HMI by an operator. A value exceeding the operator's value shall initiate an alarm. 2. Screens a. Lift Station Display: Individual display screen shall continue to monitor as currently configured. Contractor shall add motor run time, currently stored in the PLC, to the graphic screens. New I/O data shall be incorporated on screen. b. Alarm Summary: Add Motor Overload alarm summary graphic display including description of alarm condition, time detected, and current status. C. SYSTEM OPERATIONAL TESTS 1. The SCADA system shall be subjected to system operational tests to demonstrate the proper and reliable operation of the complete system prior to acceptance. 2. The SCADA system shall be demonstrated to the Owner that it properly performs all the required functions including interfacing with the Operator Control Stations. END OF SECTION 139000 SCADA System Page 12 of 12 SECTION 139800 PUMP CONTROLS PART 1 - GENERAL 1. 1 WORK INCLUDED A. This section Includes: 1. Pump controls B. Covers the furnishing and installation of controls, including all devices, accessories and appurtenances required for proper operation of the control equipment. This section is supplemented by Division 16 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. 1.2 COORDINATION Controls 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. Pump controls shall be installed in the Motor Control Center on a back -plane and shall be coordinated with the MCC provider. 1.3 RESPONSIBILITY The pump controls 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. 1.4 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the pump controls. Partial submittals of drawings or data will not be acceptable. No part of the control system shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. 1. Outline drawings showing equipment arrangement, dimensions and weight. 139800 Pump Controls Page 1 of 6 2. 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. 3. One -line diagram showing all breakers, switches, relays, etc. The diagrams shall also show all equipment sizes and ratings. 4. Elementary (schematic) diagrams for each control circuit showing device and terminal block numbers and all wire numbers. 5. Wiring diagram showing the relative physical location of all items in the back panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires, 6. 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 back panel 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. 7. 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 COMPONENTS 1. 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. 2. 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 for 120/240 volts with 10000 A.I.C. Switching or reset shall be accomplished without need to open the inner panel door. 3. 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 or three 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. 139800 Pump Controls Page 2 of 6 4. Current Relay: A current relay shall accept a 4-20ma signal and provide alarm setpoints to trigger on a variable setpoint. Contact rating shall be 10 amps resistive at 120 volts. Relay shall be as manufactured by Alpha Process AP90 series. 5. 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. 6. Wiring: Controls shall be completely factory assembled and pre -wired. The supplier shall thoroughly test the control system 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. 7 Legends and Nameplates: Provide an appropriately engraved laminated plastic nameplate for each control device in panel. 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. 8. Float Switches: Wet well liquid High level shall be signaled by non-metallic float switch with a normally open contact that closes on liquid level rise. Switch shall be the non -floating type with internal weighting to keep the switch below water after tilting. Float switch 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 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. 139800 Pump Controls Page 3 of 6 9. Field Wiring: Panel shall include terminal strip for field wiring for the following: a. Control Power b. Pump Control c. Level Sensor 2.02 CONTROLS A. Lift Pump Controls: 1. Breakers/Fuses 2. Auxiliary Control Relays 3. Alternating Relay 4. Current alarm relays (Alpha Process Relay) 5. Name Plates as required 6. Field wiring terminal blocks 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 motor control center. 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 wet well level signal. Auxiliary contacts in the HOA switch "Auto" position shall be provided for remote SCADA monitoring. 2. A high level alarm shall be routed to the SCADA RTU. The high level alarm shall self -reset. 3. Elapsed time meters shall be located in the Motor Control Center and shall be interlocked with motor starter to indicate accumulated run time. A green pilot light shall be located in the MCC to indicate motor run status. 5. The pump run status, position of pump starter HOA switch, pump MCP trip, and Motor Overload, pump run status shall be routed to SCADA RTU. 6. MiniCAS units shall trigger alarms for pump seal leak and thermal overload and shall trigger a pump shutdown. MiniCAS alarms shall be routed to SCADA panel. PART 3.0 EXECUTION 3.1 INSTALLATION: A. Control back panel shall be installed as indicated on drawings and as specified herein. Any deviation from such must be approved by the Engineer. 139800 Pump Controls Page 4 of 6 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. 3.3 CONTROL PANEL SECTION A. Labeling 1. Compartment: Labels shall be provided for control panel compartment as specified herein and on drawings. 2. Control devices: Limit switches, 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 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. 139800 Pump Controls Page 5 of 6 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. Provide label indicating circuit and panel name from each source. END OF SECTION 139800 Pump Controls Page 6 of 6 SECTION 151620 SUBMERSIBLE PUMPS FOR WASTEWATER 1.DESCRIPTION This specification shall govern all work necessary for furnishing, installing, and placing into operation the submersible pumps with accessories required to complete the project. 2.GENERAL Pumps shall be designed and constructed to pump raw unscreened sanitary sewage and capable of passing 3" diameter spheres. Design of mounting system shall facilitate removal and inspection of pumps. There shall be no need for personnel to enter wet well for inspection and maintenance of pumps. Lifting chain, guide rails and mounting system shall be provided and installed for each pump. Pumps shall be designed, built and installed in accordance with best available technology and practice, and shall operate satisfactorily when installed. Pump shall be Flygt 3301.185, 85HP. 3.WARRANTY The pump manufacturer shall furnish the City with a written guarantee to warrant pumps and components against failure due to defective materials and workmanship for a period of 5 years after full operation and acceptance by the City. The warranty shall include 100% coverage of manufacturer's shop labor and parts for the first 18 months, then 50% coverage on months 19 through 39 and 25% through the 60 months. Pumps repaired under warranty shall be returned to the City's Wastewater Department with freight prepaid. 4.QUALIFICATIONS OF BIDDER 4.1 Manufacturer & Supplier: The submersible pumps and accessories, with the possible exception of the discharge connection assembly which shall be Flygt or compatible, for each lift station shall be furnished by a single manufacturer/supplier who is fully experienced, reputable and qualified in the manufacturer of the pumps to be furnished. 4.2 Pre-bid Submittals: General The Contractor shall obtain tentative approval of the submersible pumps prior to bidding the project. Tentative approval does not relieve the Contractor of the responsibility of all providing and installing sections of these specifications To obtain tentative approval for the following pre-bid submittals opening. Failure to obtain grounds for rejection of bid. Suitability Certification and bidding, at least pumps that will comply with that will the Contractor 3 weeks prior function properly. shall submit to the bid tentative approval shall be considered The Contractor shall submit a cer manufacturer's authorized representative Contract Documents (plans and specs), tification stating that the for the pumps has studied the evaluated conditions affecting these pumps, and certifies that they should be suitable for the application and should require no more than normal maintenance if not damaged or abused. 151620 6/90 Page 1 of 10 The certification shall state that the proposed pumps are suitable for the application and will function as intended and will comply with all requirements of this specification, with the exception of those listed in the certification. The certification shall be signed by the Contractor and the Manufacturer's authorized representative. If the equipment is approved for use on the project and is found at any time to have unlisted exceptions, the Engineer shall have the right to reject the equipment or require the Contractor to bring the equipment into compliance at no cost to the City. Pump Data The Contractor shall furnish certified pump curves showing the results of test pumping units of identical design, size, and horsepower as those to be furnished. Catalog curves are not acceptable. Graphs shall include: 1. Pump Curve - Q in GPM, H in FEET 2. Power Input Curve - KILOWATT 3. Efficiency Curve (including motor) wire to water 4. N.P.S.H. Curve 5. Model, Impeller size, serial number 6. Motor rated HP, Voltage 7. Date and place of test 8. Customer for whom test was conducted 9. Data in English units (gallons, feet, etc.) 5. MATERIALS 5.1 Pump Construction: General Major parts, including lifting cover, stator casting, volute, and impeller, shall be ASTM 48, Class 35 gray cast iron. All nuts, bolts, washers, and fastenings shall be of 316 stainless steel. Ferrous metal surfaces coming into contact with wastewater shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Power Cable The motor power cable shall consist of well insulated cable with a double jacketed system, Hypolon outside, synthetic rubber inside, exceeding industry standards for oil, gas, and sewage resistance and shall be permanently marked with the indicated code. Sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without shall be suit the splicing. installed with a installation as replacing the cable. Each pump sufficiently long power cable to shown on the drawings without 151620 6/90 Page 2 of 10 Power Cable The motor power cable shall consist of well insulated cable with a double jacketed system, Hypolon outside, synthetic rubber inside, exceeding industry standards for oil, gas, and sewage resistance and shall be permanently marked with the indicated code. Sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without shall be suit the splicing. installed with a installation as replacing the cable. Each pump sufficiently long power cable to shown on the drawings without Power Cable Entry The cable entry seal shall insure a watertight and submersible seal. The cylindrical washer, all compressed cable entry shall be comprised of a dual elastomer grommet flanked by a stainless steel having close tolerance fit against the cable and by the entire body containing a strain relief function, separate from the function of sealing. A separate junction chamber shall provide for connection of the cable to the stator power leads. The junction chamber shall be separated from the motor stator housing by a terminal board which is bolted to a machined surface using an o -ring seal. Stator leads shall also be sealed to prevent moisture from entering the motor interior. Impeller a. The impeller shall be of ASTM A-532 (Alloy III A) 25% chrome cast iron, dynamically balanced, semi -open, multi vane, backswept, non- clog design. b. 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 maintaining an unobstructed leading edge. c. The impeller shall have induction hardened, screw shaped leading edges and shall be capable of handling solids, fiberous materials, heavy sludge and other matter found in wastewater. d. Impellers shall be locked to the shaft and shall be coated with alkyd resin primer. e. Impellers shall be trimmed to specifically meet the conditions of operation. Insert Ring a. b. The insert ring shall be cast of ASTM A-532 (Alloy III A) 25% chrome cast iron and provide effective sealing between the multi -vane semi -open impeller and the volute housing. The clearance between the insert ring and the impeller shall be adjustable. 151620 6/90 Page 3 of 10 Volute a. Pump volutes shall be single piece gray cast iron, Class 35B, nonconcentric design with smooth passages large enough to pass any solids that may enter the impeller. b. Minimum inlet and discharge size shall be indicated herein. Discharge Connection Each pump shall be supplied with a coupling, ANSI 125 cast iron, which bolts to the discharge flange, if other than Flygt. The floor mounted discharge elbow shall be compatible with the Flygt model specified as follows: NP3301 with 468 Impeller No part of the pump shall bear directly on the sump floor and no rotating motion of the pump shall be required for sealing. Sealing at the discharge shall be effected by metal to metal contact of the pump discharge flange and the mating discharge connection either with or without a replaceable rubber seal form fitted to the machine discharge coupling to insure a positive leak proof system and for ease of removal of the pump. Bearings The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a double row angular contact ball bearing. The lower bearing shall be a double row angular contact bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve. Lower Bearing Temperature Sensor Pumps with motors larger than 90 HP shall have a lower bearing temperature sensor to monitor the lower bearing temperature, unless the bearings are lubricated with circulating force fed oil. Shaft The shaft shall be of large one piece design and extend through the pump and motor. The shaft shall be constructed of ASTM/AISI 431 stainless stainless steel, unless the entire shaft is not exposed to the pumped liquid, in which case the shaft may be C1034 carbon steel. Shaft Seals Shaft seals shall have lapped tungsten carbide faces. The seal system shall allow continuous pump operations with the exterior completely dry. The seal assemblies shall not require adjustments, shall be easily inspected, shall be easily replaceable and shall not require operating pressure differential for sealing. 151620 6/90 Page 4 of 10 Guide Brackets A guide bracket shall be Flygt compatible and shall allow raising and lowering of the pump in the wet well without binding with the guide rails. No special adjustment shall be necessary to assure proper alignment. Guide brackets shall be cast iron or 316 stainless steel. Motor The pump motor or dry well operation. shall be integral to the pump for submersible The motor shall be squirrel cage induction type with classH insulation, NEMA B design, class H slot liners with a service factor of 1.15 or above. voltage copper wound stator, which will allow field ability of insulated by the voltage, shall be The dual change - trickle impregnation method using Class H monomer -free polyester resin resulting in a winding fill factor of at least 95% to withstand a heat rise of 180°C (356°F) as defined in NEMA Standard MG -1. The NEMA starting code shall be F or less. The motor shall be statically and dynamically balanced. The motor shall be designed for continuous operation at 104°F ambient air and be motor shall be UL suitable for NEC Environments. capable of up to 10 starts per hour. The listed or FM approved as explosion -proof Class I, Division 1, Group C and D Stator Temperature Sensor The Stator shall have three (3) thermal switches in each of the stator windings which shall open at 140°C to stop the motor and activate an alarm to shut down the pump. The motor shall resume operation when the stator cools to 95°C. Cooling System Each motor unit shall be provided with an integral motor cooling system. 5.2 Accessories: General Pump, accessories, controls, rails, hardware, etc. shall be furnished by the pump manufacturer. The pump manufacturer shall be responsible for the coordination and compatibility of accessories. The accessories shall be warranted against defects and corrosion by the manufacturer for five years after final acceptance of the project. Lifting Chain A lifting chain assembly shall be provided and installed for each pump. The chain and shackle shall be of 316 stainless steel and have a minimum working load of two times the pump weight. The chain shall be secured to the pump with the shackle and to the access cover with a hook. A five foot length of excess chain shall be suspended at the hook to facilitate the lifting of the pump. 151620 6/90 Page 5 of 10 Access Covers Access covers and frames shall be of aluminum. panels shall be 1/4" thick diamond plate designed to a live load of 300 lbs, per square foot. The door The door withstand shall be provided with stainless steel hinges with tamper -proof fasteners. All hardware shall be stainless steel. The door shall open to 9000and automatically lock in that position with a stainless steel positive locking arm and release handle. The door shall close flush with the top of the frame. Guide Rails Guide rails shall be schedule 40 type 316 stainless steel pipe of suitable diameter. The rail shall be held in position with upper, intermediate (if bar exceeds 20' in length) and lower guide bar brackets. The upper guide bracket shall be stainless steel and designed to allow simple removal and replacement of guide bar without entering the wet well. The intermediate bracket shall be of stainless steel and be installed about midway between the upper and lower bracket. Float Cable Rack (not applicable for doppler controls) A stainless steel cable rack shall be provided and attached to the upper frame. The rack shall support the level control float cable. Power Cable Supports Stainless steel power cable supports, Kellum type, shall he used for power cables to all motors. The supports shall be attached to eyebolts bolted into the concrete on the side of the access opening. Hardware All nuts, bolts, fasteners, fabricated metal, etc. Type 316 stainless steel. 5.3 Electrical Controls: The pump supplier and the shall provide for proper control operation and The electrical control panels for the pumps supplied to the Contractor by the pump supplier component compatibility. See drawings for equipment to be supplied. shall be Contractor protection. shall be to assure electrical Furnish and install one Flygt MiniCAS (Mini Control and Status) module to monitor the temperature and leakage detectors installed in each Flygt pump. The MiniCAS shall be capable of monitoring the thermal switches embedded in the stator end coils, the Flygt FLS (float switch type) water -In - stator -housing sensor. The MiniCAS shall monitor both the series connected thermal switches and leakage sensor (s) by outputting 12 VDC on a single two wire circuit. The MiniCAS circuitry shall operate on the current sensing principle whereby a change in temperature or leakage condition shall change the resistance of the associated sensor and thus 151620 6/90 Page 6 of 10 after the current in the sensing circuit. The MiniCAS shall contain two sets of form C dry contacts, one for over temperature and one for leakage. The dry contacts shall change status upon an occurrence of an over temperature or leakage condition so as to indicate that condition to other control components in the pump control panel. In the case of an over temperature, the over temperature dry contacts shall trip the pump off line. 5.4 Preconstruction Submittals Pump Data (same as prebid submittal) The Contractor shall furnish certified pump curves showing the results of test pumping units of identical design, size, horsepower as those to be furnished. Catalog curves are not acceptable. Graphs shall include: 1. Pump Curve - Q in GPM, H in Feet 2. Power Input Curve - KILOWATT 3. Efficiency Curve (including motor) wire to water 4. N.P.S.H. Curve 5. Model, Impeller size, serial number 6. Motor rated HP, Voltage 7. Date and place of test 8. Customer for whom test was conducted 9. Data in English units (gallons, feet, etc.) Parts List and Specifications A comprehensive list of all station accessories and pump components, listing material type shall be submitted for the Engineer's review and approval. Shop Drawings Shop drawings of station accessories and pump components and connections shall be submitted for the Engineer's review and approval. Supplemental Construction Details The construction drawings depict the approximate locations of pumps and access covers. Supplemental drawings depicting the precise locations of anchor bolts, pump mounting system, access covers, guide rails, etc. will be required for the type of pump to be used. These supplemental drawings shall be prepared by the pump supplier and submitted by the Contractor to the Engineer for documentation of the project. The supplier shall be responsible for completeness and accuracy of shop drawings and any applicable revisions, as required to successfully complete the construction. Wiring Diagrams See construction Drawings for wiring diagrams. 151620 6/90 Page 7 of 10 6.OPERATING CONDITIONS Pump Sequences 1, 2, 3 & 4 pump alternating: one ----cycle Control Settings Rising Descending Elevation Settings By City Operating Department Alarm ON P1 + P2 + P3 + P4 ON P1 + P2 + P3 ON P1 + P2 ON P1 ON Min. W.S. Bottom of Sump P4 off P3 off P2 off All Pumps Off Pump Operating Conditions Pump Discharge Size: 6" Max. Head Condition: 1,213 GPM @ 96.6' TDH, Minimum Total Efficiency 63% (Three Pumps) Min. Head Condition 1,814 GPM @ 70.6' TDH, Minimum Total Efficiency 60o (One Pump) Max. RPM: 1750 7.CONSTRUCTION METHODS 7.1 Delivery and Storage of Materials: Parts and equipment shall be properly protected so that no damage or deterioration will occur during transport and during storage. Factory assembled components shall not be dismantled, unless done so under the supervision of the authorized pump manufacturer. 7.2 Installation: General. Installation of the pumps shall be in strict accordance with the manufacturer's instructions and recommendations. 151620 6/90 Page 8 of 10 Placement of Pumps and Accessories The location construction covers, and of the discharge piping drawings. The location of discharge precise placement connection and alignment are is the shown on pumps, approximate. the access The of anchor bolts, discharge assembly guide rails, access cover and associated connections shall be in accordance with supplemental construction details provided by the pump manufacturer. check alignment alignment testing. shall The manufacturer shall during start up field testing. Improper be corrected prior to continuation of 7.3 Start-up Inspection: Installation Inspection. After the pumps have been completely installed and wired, the Contractor shall remove the pumps to the deck of the wet well and the pump manufacturer shall: a. b. c. c. e. Megger stator and power cables Check seal lubrication Verify proper rotation Check power supply voltage Measure motor no load current Operating Check After initial inspection, the Contractor shall lower pumps into pumping position and confirm proper alignment and connection. The service representative shall then perform an initial operation check of each pump including: a. b. c. d. e. Motor current with discharge valve Motor current with discharge valve Power supply voltage with 1, 2,... Vibration Check level control and sequence 8. FINAL SUBMITTALS 8.1 Inspection Report: the Installation submitted as a determined with control, sequence, shall be prepared closed open pumps running (four copies required): The results of Inspection and Operating Check shall be written report of findings and data regard to the pumps, motors, level accessories, electrical, etc. The report and signed by a Registered Professional Engineer employed or retained by the pump manufacturer. 8.2 Manual: (included with Inspection Report): The Operation and Maintenance Report with report. The following: 1. 2. 3. 4. 5. Manual shall be included with the one manual for each O&M Manual shall Inspection of the four copies of the include a minimum of the Service Location & phone Fact Sheet (pump data), Serial No., Pump Curve Maintenance instructions & schedule A shop service manual An assembly manual showing all parties by their catalog number for ordering 151620 6/90 Page 9 of 10 8.3 Spare Parts: Unless it can be demonstrated that local parts and service have been available through the same financially sound firm on a continuing basis for at least 10 years, the spare parts listed below must be furnished with the pumps at no additional costs to the City. Spare Parts: (For each type Impeller Upper mechanical seal Lower mechanical seal Complete set of o -rings and gaskets 9. MAINTENANCE TRAINING WORKSHOP The equipment manufacturer shall conduct the of pump) Service Tools Wear ring Cable entry assembly Power Cable Set of bearings an 8 hour training workshop under service representative. The site and at a training room direction of a qualified factory field workshop shall be conducted both at the job provided by the Wastewater Department. 10. MEASUREMENT AND PAYMENT Pumps and accessories shall not be to the appropriated bid item. measured for pay but shall be subsidiary 151620 6/90 Page 10 of 10 SECTION 160100 ELECTRICAL GENERAL REQUIREMENTS PART 1 - GENERAL A. SCOPE 1. The Contractor shall submit his bid on the basis of executing all electrical work as hereinafter specified, as indicated on the drawings, or as necessary to provide a complete and usable system. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to, or necessary for, the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection with, shall be furnished as if called for in detail by the specifications or drawings. 3. The Contractor shall also install all electrical equipment furnished under other Divisions of this specification, and shall furnish and install all labor and material to make electrical connections to this equipment. B. APPROVAL OF EQUIPMENT AND MATERIALS 1 Manufacturer's data and descriptive literature for each item listed under Submittal Data in all sections of Division 16 shall be submitted to the owner, or his designated representative, for approval as soon as practical, but not later than 30 days after the award of the contract. 2. Wherever a brand name or names are mentioned in the specifications and/or indicated on the drawings, they shall be understood to be followed by the words "or approved equal" unless otherwise noted. 3. The Contractor shall be responsible for and bear the costs of all changes in his work and the work of other trades made necessary by the use of products and systems other than those of the first named basic manufacturers and systems specified in the Contract Documents. C. SUBMITTALS 1. General: Submit shop drawings; manufacturers' data; certificates for equipment, materials, and finish; and pertinent details for each system where specified in each individual section, and obtain approval before procurement, fabrication, or delivery of the items to the job site. Partial submittals will not be acceptable and will be returned without review. a. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable industry and technical society publication references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. 160100 General Requirements Page 1 of 7 b. Photographs of existing installations and data submitted in lieu of catalog data are not acceptable and will be returned without approval. D. APPROVAL: c. Approval of submittals, etc., shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. E. REQUIREMENTS FOR SUBSTITUTIONS: 1 It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered, providing all the following conditions are met: a. Written request shall be received in the Engineer's office fourteen (14) days prior to the day of bid opening. Requests after 14 days prior to the day of bid opening will not be considered. b. Request shall include complete technical data. c. Request shall include a complete comparison of differences and similarities between the proposed product and that mentioned in the drawings and specifications. d. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. e. In the case that modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings, if necessary. 2. Shop Drawings a. Shop drawings (when required) shall be a minimum of 11 by 17 inches in size with a minimum scale of 1/8 -inch per foot, unless specified otherwise. b. Drawings shall include floor plans, sectional views, wiring diagrams, and installation details of equipment. c. Drawings shall indicate adequate clearance for operation, maintenance, and replacement of operating equipment devices. d. If equipment is disapproved, drawings shall be revised to show acceptable equipment and resubmitted. 160100 General Requirements Page 2 of 7 3. Manufacturer's Data: Submittals for each manufactured item shall be manufacturer's descriptive literature of cataloged products, equipment drawings, diagrams, performance and characteristic curves, and catalog cuts. 4. Standards Compliance a. All electrical equipment and material shall be listed, labeled and installed per a recognized electrical testing laboratory's standards. b. When materials or equipment must conform to the standards of organizations such as the American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), National Electrical Manufacturers Association (NEMA), Institute of Electrical and Electronics Engineers (IEEE), and Underwriters Laboratories (UL), proof of such conformance shall be submitted for approval. c. If an organization uses a label or listing to indicate compliance with a particular standard, the label or listing will be acceptable evidence unless otherwise specified in the individual sections. d. In lieu of the label or listing, the Contractor shall submit a certificate from an independent testing organization, which is competent to perform acceptable test. e. For materials and equipment whose compliance with organizational standards or specifications is not regulated by an organization using its own listing or label as proof of compliance, a certificate of compliance from the manufacturer shall be submitted for approval. This certificate shall identify the manufacturer, the product, and the referenced standard and shall simply state that the manufacturer certifies that the product conforms to all requirements of the project specifications and the referenced standards listed. F. DELIVERY, STORAGE AND PROTECTION 1. Protect all materials and finished work at all times to prevent damage or breakage either in transit, storage, installation or testing. All conduit openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemicals or mechanical injury. 2. Equipment and materials shall be handled, stored, and protected to prevent damage before and during installation in accordance with the manufacturer's recommendations. Damaged or defective items shall be replaced by the contractor at no increase in cost to owner. G. GUARANTEE AND SERVICE This Contractor shall include a 100% guarantee against faulty materials, equipment, superintendence or labor and unauthorized substitutes for a period of 12 months from the date of final project acceptance by the Owner regardless of equipment factory warranty limitations. 160100 General Requirements Page 3of7 2. Contractor shall also follow-up on warranty repairs for 12 months and advise the City staff on the equipment or instrument operation. Any required corrective measures shall be executed including all labor and materials, at no cost to the Owner. 3. This Contract also includes all services, maintenance and adjusting of the system for the full period of the guarantee from the time of project acceptance. H. STANDARD CODES, FEES AND PERMITS 1. The entire installation shall conform to all local, state, and federal ordinances, codes, and regulations applying to the work in this contract. Comply with the latest editions of applicable codes. 2. In the event that there is conflict between the plans and specifications and the local code requirements of governing agencies, the owner's agent's interpretation shall prevail. However, if the contract requirements are in excess of the code requirements, the contract provisions shall govern. 3. The Contractor shall obtain all permits and pay all fees necessary in connection with his work. 4. At the completion of all work, the Contractor shall deliver to the owner, or his designated representative, a certificate of inspection from the inspection department having jurisdiction over the work. 5. Unless otherwise indicated on the drawings or specified herein, all materials, workmanship, and tests shall be in conformance with the latest approved standard rules, regulations, and specifications of the following authorities: National Fire Protection Association (NFPA). National Electrical Code (NEC). National Electrical Safety Code (NESC). National Electric Manufacturer's Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). Insulated Power Cable Engineer's Association (IPCEA). Underwriters Laboratory (U.L.) City of Corpus Christi, Texas 6. Electrical work shall be executed by electricians licensed by the authority having jurisdiction and provisions described in the City's electrical ordinance shall be followed. I. DRAWINGS 160100 General Requirements Page 4 of 7 1. Due to the scale of the drawings, it is impossible to show all fittings, offsets, and accessories. The Contractor shall carefully investigate the structural and finish conditions affecting his work and arrange his work accordingly. 3. The Contractor shall furnish all fittings and accessories as may be required to meet the conditions encountered. J. ELECTRICAL IN OTHER DIVISIONS 1. Electrical components of mechanical equipment and systems such as disconnect switches and starters shall be provided under this division and shall be as specified herein and as necessary for complete and operable systems. 2. Interconnecting wiring for components of packaged equipment shall be provided as an integral part of the equipment. 3. All interconnecting power wiring and conduit for field erected equipment, control wiring rated over 100 volts, and conduit shall be as specified under this division. K. CONTRACTOR'S RESPONSIBILITY 1. The Contractor shall visit the proposed project site to inspect and familiarize himself with all conditions, obstructions and space limitations prior to bidding and before beginning construction. Refer to drawings for construction details, and coordinate work with that of other trades so as to avoid unnecessary delays or damage to any part of the installation. If any omissions or discrepancies are found between the drawings and specifications or regulations, advise the owner, or his designated representative, prior to Bid Due Date. Verify electrical requirements of all equipment exactly as furnished and make adjustments in electrical service accordingly before installation of power circuits. PART 2 - MATERIALS A. MATERIALS AND EQUIPMENT 1. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such products, which are of similar material, design, and workmanship. 2. The standard products shall have been in satisfactory commercial or industrial use for two years prior to bid opening. 3. The two-year use shall include applications of equipment and materials under similar circumstances and of similar size. B. EXPERIENCE REQUIRED 160100 General Requirements Page 5of7 1. Two years experience must be satisfactorily completed by a product, which has been sold or is offered for sale on the commercial market through advertisements, manufacturer's catalogs, or brochures. 2. Alternative Service Record 3. Products having less than a two-year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6,000 hours, exclusive of the manufacturer's factory or laboratory tests, can be shown. C. SERVICE SUPPORT 1. The equipment items shall be supported by service organizations. 2. The Contractor shall submit a certified list of qualified permanent service organizations for support of the equipment, which includes their addresses and qualifications. 3. These service organizations shall be reasonably convenient to the equipment installation and able to render satisfactory service to the equipment on a regular and emergency basis during the warranty period of the contract. Factory service must be made available within 24 hours of notifications by the owner or contractor. D. MANUFACTURER'S NAMEPLATE 1. Each item of equipment shall have a nameplate bearing the manufacturer's name, address, model number, and serial number securely affixed in a conspicuous place. The nameplate of the distributing agent will not be acceptable. PART 3 - EXECUTION A. CUTTING, PATCHING AND REPAIRING No cutting, boring or excavation required for this work in or about the building which may in any way weaken the structure or interfere with the work of another Contractor shall be executed unless written permission has been obtained from the Engineer before starting same. The Contractor shall pay for injury or damage to the work of another Contractor, which may be done by him or his employees. 3. Where penetrations are made in exterior walls or roof, sufficient flashing and sealant must be used to retain the original vapor barrier qualities of the walls and roof. All penetrations shall be approved by the Engineer. Any defects shall be repaired by the contractor at no increase in cost to the owner. 4. Core drill all holes in concrete foundation and masonry walls. Saw cut all wood. 160100 General Requirements Page 6 of 7 B. COORDINATION 1. The Contractor shall be responsible for the field coordination of his work with that of other trades and operations. Contractor shall refer to Civil drawings for details. The electrical work shall progress with the other work so that no delays in construction are incurred. The Electrical Subcontractor shall cooperate with other trades doing work on the project as may be necessary for the proper execution of the work of the various trades employed at the job site. 2. In the event of conflicts due to lack of field coordination, the owner shall be the sole arbitrator in resolving the conflict. 3. SCADA contractor shall coordinate removal and relocation of all SCADA equipment with owner. Contractor shall submit proposed SCADA outage to minimize down time of City's ability to monitor site. C. MANUFACTURER'S RECOMMENDATIONS 1. Where installation procedures or any part thereof are required to be in accordance with the recommendations of the manufacturer of the material being installed, printed copies of these recommendations shall be furnished prior to installation. 2. Installation of the item will not be allowed to proceed until the recommendations are received. 3. Failure to furnish these recommendations can be cause for rejection of the material. D. CLEANING 1. Clean up and remove all debris from the project site daily. 2. Upon completion of the project, remove from the project site all unused materials and equipment. 3. Remove all visible labels, dirt, misplaced paint, grease and stains from all electrical equipment. 4. Labels indicating testing laboratory approvals shall be left in place. E. TESTING 1. The Contractor shall test the entire wiring system in accordance with established methods upon completion of work. The system shall operate satisfactorily in every respect. The Contractor shall make all corrections to accomplish such. Test all circuit wiring with a 1000 volt DC megger for 60 second duration prior to hook- up of equipment to insure that the system is free from short circuits and grounds. The insulation resistance between conductors to ground shall not be less than 50 megohms. END OF SECTION 160100 General Requirements Page 7 of 7 SECTION 161700 GROUNDING AND BONDING PART1 GENERAL A. SECTION INCLUDES 1. Grounding electrodes and conductors. 2. Equipment grounding conductors. 3. Bonding. B. REFERENCES 1. ANSI/NFPA 70 - National Electrical Code. C. GROUNDING ELECTRODE SYSTEM 1. Ground Rod electrode. D. PERFORMANCE REQUIREMENTS 1. Grounding System Resistance: 5 ohms. E. SUBMITTALS 1. Product Data: Provide data for grounding electrodes and connections. 2. Test Reports: Indicate overall resistance to ground. 3. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. F PROJECT RECORD DOCUMENTS 1. Accurately record actual locations of grounding electrodes. G. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. H. REGULATORY REQUIREMENTS 1. Conform to requirements of ANSI/NFPA 70. 161700 Grounding And Bonding Page 1 of 3 2. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 PRODUCTS A. ROD ELECTRODE 1. Material: Stainless steel. 2. Diameter: 3/4 inch . 3. Length: 10 feet. B. MECHANICAL CONNECTORS 1. Material: Bronze. C. EXOTHERMIC CONNECTIONS 1. Manufacturers: a. Thermo -weld D. WIRE 1. Material: Stranded copper. 2. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. PART 3 EXECUTION A. EXAMINATION 1. Verify that final backfill and compaction has been completed before driving rod electrodes. B. INSTALLATION 1. Install Products in accordance with manufacturer's instructions. 2. Install rod electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. 3. Provide bonding to meet Regulatory Requirements. 4. Bond together metal siding not attached to grounded structure; bond to ground. 161700 Grounding And Bonding Page 2 of 3 5. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. C. FIELD QUALITY CONTROL 1. Inspect grounding and bonding system conductors and connections for tightness and proper installation. 2. Use suitable test instrument to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall -of -potential method. END OF SECTION 161700 Grounding And Bonding Page 3 of 3 SECTION 162350 ENGINE GENERATOR SYSTEMS PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Engine generator set. 2. Cooling system. 3. Fuel system. 4. Combustion air intake and engine exhaust system. 5. Starting system. 6. Weatherproof housing. 1.02 REFERENCES Comply with the latest editions of the following: A. Diesel Engine Manufacturers Association (DEMA). B. Institute of Electrical and Electronics Engineers (IEEE): 1. 43 - Recommended Practice for Testing Insulation Resistance of Rotating Machinery. 2. 115 — Guide: Test Procedures for Synchronous Machines. C. National Electrical Manufacturers Association (NEMA): 1. AB1 — Molded Case Circuit Breakers. 2. ICS 6 — Enclosures for Industrial Control and Systems. 3. MG 1 — Motors and Generators. 4. 250 — Enclosures for Electrical Equipment. D. National Fire Protection Association (NFPA): 1. 30 — Flammable and Combustible Liquids. 2. 37 — Standard for Installation and Use of Stationary Combustion Engines and Gas Turbines. 3. 70 — National Electric Code. 4. 110 — Standard for Emergency and Standby Power Systems. 5. 211 — Standard for Chimneys, Fireplaces, Vents, and Solid Fuel -Burning Appliances. E. Society of Automotive Engineers (SAE) 1. J537 — Storage Batteries. F. Underwriters Laboratory (UL): 162350 Engine Generator Systems Page 1 of 15 1. 142 — UL Standard for Safety Steel Aboveground Tanks for Flammable and Combustible Liquids. 2. 181 — UL Standard for Safety Factory — Made Air Ducts and Air Connectors. 3. 508 — UL Standard for Safety Industrial Control Equipment. 4. 891 UL Standard for Safety Dead -Front Switchboards. 5. 1008 — Transfer Switches 6. 1449 — UL Standard for Safety Transient Voltage Surge Suppressors. 1.03 SUBMITTALS — FOR APPROVAL A. Procedure: Submit in accordance with Section 16010. B. Product Data: 1. Include data on features, components, ratings, and performance. 2. Include dimensioned outline plan and elevation drawings of engine generator set and other system components. 3. Motor starting voltage drop calculations. C. Shop Drawings: 1. Show connections, mounting, and support provisions and access and working space requirements. 2. Wiring Diagrams for System: Show power and control connections and distinguish between factory -installed and field -installed wiring. D. Test Results: 1. Certified Summary of Prototype Unit Test Report: Submit certified copies of actual prototype unit test report if requested by ENGINEER. 1.04 SUBMITTALS — RECORD DATA A. Procedure: Submit in accordance with Section 16010. B. Product Data: 1. Final as -built drawings and data as listed in par. 103. C. Operation and Maintenance Data: 1. Detailed Operating Instructions: Describe operation under both normal and abnormal conditions. 2. Lists: Tools, test equipment, spare parts, and replacement items recommended to be stored at site for ready access. Include part and drawing numbers, current unit prices, and source of supply. 162350 Engine Generator Systems Page 2 of 15 1.05 DEFINITIONS A. Emergency or Standby Rating: Power output rating equal to power that generator set delivers continuously under normally varying load factors for duration of power outage, with capability for minimum overload of 10% or rating for 2 continuous hrs. out of 24 continuous operating hrs. B. Operational Bandwidth: Total variation for lowest to highest value of parameter over range of conditions indicated, expressed as percentage of nominal value of parameter. C. Power Output Rating: Gross electrical power output of generator set minus total power requirements of electric motor -driven accessories normally constituting part of engine assembly. D. Steady -State Voltage Modulation: Uniform cyclical variation of voltage within operational bandwidth, expressed in Hz or cycles per second. 1.06 SYSTEM DESCRIPTION A. Design Requirements: 1. System Includes: Standby -rated, automatically started diesel engine coupled to an ac generator unit. Engine and generator are factory - mounted and factory -aligned on structural steel skid. Subsystems and auxiliary components and equipment are as indicated. 2. Environmental conditions: Engine generator system withstands following environmental conditions without mechanical or electrical damage or degradation of performance capability: a. Ambient Temperature: -15° C to 40° C. b. Relative Humidity: 0 to 95%. c. Altitude: Sea level to 1,000 ft (300m). B. Performance Requirements: 1. Functional Description: When mode selector switch is "On", control and monitoring panel is in "automatic" position, remote control contacts in the separate automatic transfer switch initiate starting and stopping of generator set. When mode selector switch is placed in "On" position, generator set starts manually. "Off' position of same switch initiates shutdown of generator set. When unit is running, specified system or equipment failures or derangements automatically shut unit down and initiate alarms. Operation of remote emergency stop switch also shuts down unit. 2. System Performance: a. Steady -State Voltage Operational Bandwidth: 2% of rated output voltage from no load to full load. b. Steady -State Voltage: Less than 1 Hz. c. Transient Voltage Performance: Not more than 10% variation for 50% step -load increase or decrease. Voltage recovers to remain within steady-state operating bank within 2 sec. 162350 Engine Generator Systems Page 3 of 15 d. Steady -State Frequency Operational Bandwidth: 0.5% of rated frequency from no load to full load. e. Steady -State Frequency Stability: When system is operating at constant load within rated load, there are no random speed variations outside steady-state operational band and no regular or cyclical hunting or surging of speed. f Transient Frequency Performance: Less than 3 Hz variation for 50% step -load increase or decrease. Frequency recovers to remain within steady-state operating band within 3 sec. g. Output Waveform: At no load, harmonic content measured line -to - line or line -to -neutral does not exceed 5% total and 3% for single harmonics. Telephone influence factor determined according to NEMA MG1 does not exceed 50. h. Sustained Short -Circuit Current: For 3-phase bolted short circuit at system output terminals, system will supply minimum of 250% of rated full -load current for not less than 10 sec and then clear fault automatically, without damage to any generator system component. Temperature Rise of Generator: Within acceptable limits for insulation systems used according to NEMA MG 1 when operating continuously at standby rating conditions, including 2 hrs per 24 hrs at 110% or rated capacity. j. Nonlinear Load Performance: System performance is not degraded from that specified in this Article by continuous operation, with load current having minimum total harmonic content of 15% rms, and minimum single harmonic content of 10% rms. k. Starting Time: Maximum total time period for cold start, with ambient temperature at low end of specified range is 5 sec. Time period includes output voltage and frequency settlement within specified steady-state bands. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications: Firms experienced in manufacturing equipment of types and capacities indicated that have record of successful in-service performance. 1. Emergency Service: System manufacturer maintains service center capable of providing training, parts, and emergency maintenance and repairs at Project site with 4 hrs maximum response time. B. Comply with NFPA 70. C. Single -Source Responsibility: Obtain engine generator system components from single manufacturer with responsibility for entire system. Unit shall be representative product built from components that have proven compatibility and reliability and are coordinated to operate as unit as evidenced by records of prototype testing. 162350 Engine Generator Systems Page 4 of 15 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver engine generator set and system components to their final locations in protective wrappings, containers, and other protection that will exclude dirt and moisture and prevent damage from construction operations. Remove protection only after equipment is made safe from such hazards. 1.09 MAINTENANCE A. Extra Materials: 1. Furnish extra materials matching products installed, as described below, packaged with protective covering for storage, and identified with labels describing contents. a. Fuses: 1 for every 10 of each type and rating, but not less than 1 of each. b. Pilot Lights: 2 for every 6 of each type used, but not less than 2 of each. c. Filters: 1 set each of lubricating oil, fuel, and combustion air filters. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Engine Generator Sets: 1. Cummins 2. Caterpiller 3. Kholer 4. Approved equal 2.02 ENGINE GENERATOR SYSTEM A. General: System is coordinated assembly of compatible components. B. Ratings: Service - Standby Power Voltage - 480/277 Volt, 3 Phase, 4 Wire Connections - Wye Frequency - 60 Hertz KW (with fan - 450 Power Factor - 0.80 C. Motor Starting Performance: The engine generator set shall be capable of supplying the following sequential step loads without exceeding a 20% voltage drop at the generator terminals. 162350 Engine Generator Systems Page 5 of 15 Step 1 Step 2 Step 3 Step 4 Step 5 15 KVA, Transformer, 5 Hp blower 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, D. Safety Standard: Comply with ASME B15.1. E. Nameplates: Equip each major system component with conspicuous nameplate of component manufacturer. Nameplate identifies manufacturer of origin and address, and model and serial number of item. 2.03 ENGINE GENERATOR SET A. Power Output Rating: Nominal ratings as indicated, with capacity as evidenced by records of prototype testing. B. Skid: Adequate strength and rigidity to maintain alignment of mounted components without dependence on concrete foundation. Free from sharp edges and corners. Lifting attachments arranged to facilitate lifting with slings without damaging components. Skid shall be primed for corrosion protection and finish painted with the manufacturers standard color. C. Rigging Diagram: Inscribed on metal plate permanently attached to skid. Diagram indicates location and lifting capacity of lifting attachment and location of center of gravity. 2.04 ENGINE A. Comply with NFPA 37. B. Fuel: Diesel fuel oil grade DF -2. C. Maximum Speeds: 1. Engine — 1,800 rpm. 2. Piston speed for 4 -cycle engines — 1500 ft/min. D. Lubrication System: Pressurized by positive displacement pump driven from engine crankshaft. Mount following items on engine or skid. 162350 Engine Generator Systems Page 6 of 15 1. Filter and Strainer: Rated to remove 90% of particles 5 microns and smaller while passing full flow. 2. Oil Cooler: Maintains lubricating oil at manufacturer's recommended optimum temperature throughout 2 hrs of operation of generator set at 110% of system power output rating. 3. Thermostatic Control Valve: Controls flow in system to maintain optimum oil temperature. Unit is capable of full flow and is designed to be fail-safe. 4. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps or siphons or special tools or appliances. E. Engine Fuel System: Comply with NFPA 30. 1. Integral Injection Pumps: Driven by engine camshaft. Pumps are adjustable for timing and cylinder pressure balancing. 2. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions. 3. Parallel Fuel Oil Filters: Ahead of injection pumps. Changeover valves allow independent use of either filter. 4. Relief/Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source. F. Jacket Coolant Heater: Electric immersion type, factory -installed in jacket coolant system. Unit is rated and thermostatically controlled to maintain an engine temperature of 25° C at low end of specified ambient temperature range. 1. Voltage: 120. 2. Watts: 1,200. G. Speed Governor: Adjustable isochronous type, with speed sensing. 2.05 ENGINE COOLING SYSTEM A. Description: Closed-loop, liquid -cooled, with radiator factory -mounted on engine generator set skid and integral engine -driven coolant pumping. 1. Factory -piped and rated for specified coolant. 2. Fan: Driven by multiple belts from engine shaft. B. Radiator Core Tubes: Nonferrous metal construction other than aluminum. C. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110% load condition. D. Coolant: Solution of 50% ethylene glycol and 50% water. E. Temperature Control: Self-contained thermostatic control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. Features include: 162350 Engine Generator Systems Page 7 of 15 1. Thermostatic Elements: Interchangeable and nonadjustable. 2. Actuator Design: Normally -open valves to return to open position when actuator fails. F Coolant Hose: Flexible assembly with nonporous rubber inside surface and aging, ultraviolet, and abrasion -resistant fabric outer covering. 1. Rating: 50 psi (345 kPa) maximum working pressure with 180-F (82-C) coolant, and noncollapsible under vacuum. 2. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections. 2.06 FUEL SUPPLY SYSTEM A. Comply with NFPA 30 and NFPA 37. B. Fuel Piping: 1. Piping Connections: Include fuel suction and return lines to fuel storage tank, fuel supply, and return lines to engine, local fuel fill, vent line, overflow line, and tank drain line complete with shutoff valve. C. Fuel Storage Tank: Steel Dual wall, subbase mounted tank with capacity for unit operation for 48 hours with a 100% load factor. D. Initial Fill: Diesel fuel oil grade DF -2. 2.07 ENGINE EXHAUST SYSTEM A. Muffler: Industrial -type, Super critical silencer sized as recommended by engine manufacturer. Measured sound level in 20-75 Hz frequency band, according to "DEMA Test Code for Measurement of Sound from Heavy -Duty Reciprocating Engines: at distance of 25 ft. from exhaust discharge, is 87 dB or less. B. Connections from Engine to Exhaust System: Flexible section of corrugated stainless steel pipe. C. Connection from Exhaust Pipe to Muffler: Stainless-steel expansion joint with liners. D. Supports for Muffler and Exhaust Piping: Vibration isolating -type as recommended by manufacturer. E. Thimbles for Exhaust Piping as applicable: Conform to NFPA 211. 162350 Engine Generator Systems Page 8 of 15 2.08 STARTING SYSTEM A. Description: 24 VDC electric with negative ground and including following items: 1. Components: Size so they will not be damaged during full engine - cranking cycle with specified maximum ambient temperature. 2. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine flywheel without binding. 3. Cranking Cycle: As required by NFPA 110 system level specified. 4. Battery complies with SAEJ537 and has adequate capacity within ambient temperature range specified in Part 1 to provide specified cranking cycle series at least twice without recharging. 5. Battery Cable: Size as recommended by generator set manufacturer for cable length required for connection to battery. Include required interconnecting conductors and connection accessories. 6. Battery Rack: Factory fabricated of metal with acid -resistant finish. 7. Battery -Charging Alternator: Factory -mounted on engine with solid-state voltage -regulation and 35 amp minimum continuous rating. 8. Battery Charger: Current limiting, automatic equalizing and float charging - type designed for operation from 120 v 60 Hz supply source. Unit complies with UL 508 and includes the following features: a. Operation: Equalizing charging rate of 10 amps is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to lower float -charging mode, and continues operating in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjusts float and equalizes voltages for variations in ambient temperature from —40° C to +60°C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to + 10%. d. Ammeter and Voltmeter: Flush mounted in door. Meters indicate charging rates. e. Safety Functions: Include sensing of abnormally low battery voltage arranged to close contacts providing "low battery voltage" indication on control and monitoring panel. Also include sensing of high battery voltage and loss of ac input or dc output of battery charger. Either of these conditions closes contacts that provide "battery charger malfunction" indication at system control and monitoring panel. f. Enclosure and Mounting: NEMA Class 1 wall -mounted cabinet. 162350 Engine Generator Systems Page 9 of 15 2.09 CONTROL AND MONITORING A. Configuration: Operating and safety indications, protective devices, basic system controls, and engine gages are grouped on common control and monitoring panel mounted on generator set. Mounting method isolates control panel from generator set vibration. 1. Generator Circuit Breaker: Molded case type with adjustable ground fault tripping. 2. Shunt Trip Device: For generator breaker, connected to trip breaker when generator set is shut down by protective devices, where shown on Drawings. 3. Current and Potential Transformers: Instrument accuracy class. B. Indicating and Protective Devices, and Controls: Include the following: 1. Ac Voltmeter 2. Ac Ammeter 3. Ac Frequent Meter 4. Dc Voltmeter (Alternator Battery Charging). 5. Engine Coolant Temperature Gage. 6. Engine -Lubricating Oil Pressure Gage. 7. Running Time Meter. 8. Ammeter/Voltmeter Phase Selector Switch or Switches. 9. Generator Voltage -Adjusting Rheostat. 10. Start -Stop Switch. 11. Overspeed Shutdown Device. 12. High Coolant — Temperature Shutdown Device. 13. Low Coolant — Level Shutdown Device. 14. Low Oil Pressure Shutdown Device. C. Supporting Items: Include sensors, transducers, terminals, relays, and other devices, and wiring required to support specified items. Locate sensors and other supporting items on engine, generator, or elsewhere as indicated. Where not indicated, locate to suit manufacturer's standard. D. Common Remote Audible Alarms: Signal occurrence of events listed below. Locate audible device and silencing means where indicated. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset. 1. High Engine Temperature Shutdown. 2. Low -Lube Oil Pressure Shutdown. 3. Overspeed Shutdown. 4. Remote Emergency Stop Shutdown. 5. High Engine Temperature Pre -alarm. 6. Low -Lube Oil Pressure Pre -alarm. 7. Low Fuel Tank Level. 8. Overcrank Shutdown. 9. Low Coolant Temperature Alarm. 162350 Engine Generator Systems Page 10 of 15 10. Control Switch Not in "Auto" position. 11. Battery -Charger Malfunction Alarm. 12. Low Battery -Voltage Alarm. E. Remote Alarm Annunciator: Comply with NFPA 99. Labeled LEDs indicate alarm events. Common audible signal sounds for alarm conditions. Silencing switch in face of panel silences signal without altering visual indication. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset. Cabinet and faceplate are surface -or flush - mounting type to suit mounting conditions indicated. F. Remote Emergency Stop Switch: Flush wall -mounted except as otherwise indicated and prominently labeled. Protect pushbutton from accidental operation. 2.10 GENERATOR, EXCITER, AND VOLTAGE REGULATOR A. Comply with NEMA MG 1 and specified performance requirements. B. Drive: Generator shaft is directly connected to engine shaft. Exciter is rotated integrally with generator rotor. C. Electrical Insulation: Class H or Class F. D. Station Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required. E. Construction prevents mechanical, electrical, and thermal damage due to vibration, overspeed up to 125% of rating, and heat during operation at 110% or rated capacity. F. Excitation uses no -slip or collector rings, or brushes, and is arranged to sustain generator output under short circuit conditions as specified. G. Enclosure: Dripproof. H. Instrument Transformers: Mounted within generator enclosure. Voltage Regulator: Solid -state -type, separate from exciter, providing performance as specified. 1. Adjusting rheostat on control and monitoring panel provides + 5% adjustment of output voltage operating band. J. Surge Protection: Conform to UL 1449. Mount suppressors in generator enclosure and connect to load terminals. K. Strip Heater: Thermostatically controlled unit arranged to maintain stator windings above dew point. 162350 Engine Generator Systems Page 11 of 15 2.11 OUTDOOR GENERATOR SET ENCLOSURE A. Description: Weatherproof, soundproof stage 2 critical, aluminum housing. Multiple panels are lockable and provide adequate access to components requiring maintenance. Panels are removable by one person without tools. Key - locking and padlockable door latches shall be provided for all doors. Door hinges shall be stainless steel.. B. Fixed Louvers: At air inlet and discharge. Louvers prevent entry of rain and snow. C. Air Flow Through Housing: Adequate to maintain temperature rise of system components within required limits when unit operates at 110% or fated load for 2 hrs with ambient temperature at top of range specified under "System Service Conditions." 2.12 AUTOMATIC TRANSFER SWITCH A. The automatic transfer switch shall be furnished under Specification 16496 . 2.13 FINISHES A. Indoor Enclosures and Components: Manufacturer's standard enamel over corrosion -resistant pretreatment and primer. B. Outdoor Enclosures: Polyurethane enamel over corrosion -resistant pretreatment and manufacturer's compatible standard primer. 2.14 SOURCE QUALITY CONTROL A. Factory Tests: Include prototype testing and Project -specific equipment tests (equipment manufactured specifically for this Project). B. Prototype Testing: Performed on separate engine generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. 1. Tests: Conform to those required for Level 1 energy converters in paragraphs 3.2.1, 3.2.1.1, and 3.2.1.2 NFPA 110. 2. Components and Accessories: Items furnished with installed unit that are not identical to those on tested prototype have been acceptably tested to demonstrate compatibility reliability. C. Project -Specific Equipment Tests: Test engine generator set and other system components and accessories prior to shipment. Test items individually and assembled and connected as complete system at factory in manner equivalent to that required at Project Site. Record and report test data. Conform to SAE 8528 and following: 162350 Engine Generator Systems Page 12 of 15 1. Test Equipment: Use instruments calibrated within previous 12 mos and with accuracy directly traceable to National Institute of Standards and Technology (NIST). 2. Hydrostatic Test: Perform on radiator, heat exchanger, and engine water jacket. 3. Generator Tests: Conform to IEEE 115. 4. Complete System Continuous Operation Test: Includes nonstop operation for minimum of 8 hrs, including at least 1 hr each at 1/2, 3/4, and full load, and 2 hrs at 110% of full load. If unit stops during 8 -hr test, repeat complete test. Record following minimum data at start and end of each load run, at 15 -min intervals between those times, and at 15 -min intervals during balance of test: a. Fuel consumption. b. Exhaust temperature. c. Jacket water temperature. d. Lubricating oil temperature and pressure. e. Generator load current and voltage, each phase. f. Generator system gross and net output kW. 5. Complete System Performance Tests: Include following to demonstrate conformance to specified performance requirements: a. Single-step load pickup. b. Transient and steady-state governing. c. Transient and steady-state voltage performance. d. Safety shutdown devices. 6. Observation of Test: Provide 2 -wk advance notice of tests and opportunity for observation of test by OWNER or ENGINEER. 7. Report test results within 10 days of completion of test. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment and accessories in accordance with manufacturer's instructions. Make all required power and control connections to equipment. B. Anchor generator set and other system components on concrete bases conforming Section 03300 and as indicated. Provide anchorage according to manufacturer's recommendations. C. Maintain minimum working space around components according to manufacturer's approved submittals and NEC. D. Ground and bond generator and other electrical system components in accordance with Section 16170. 162350 Engine Generator Systems Page 13 of 15 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's representative for equipment specified herein shall be present at job site for a minimum of 2 mandays, travel time excluded, to supervise final adjustment of system after installation is complete, system startup, and training of OWNER'S personnel for system operation. Include minimum of: a. 1 manday for Installation Services. b. 1/2 manday for Instructional Services. c. 1/2 manday for Post Startup Services. 2. Supplier or manufacturer shall direct services to system and equipment operation, maintenance, troubleshooting, and equipment and system related areas. B. Tests: Provide services of qualified testing agency to perform tests listed below according to manufacturer's recommendations upon completion of installation of system. Use instruments bearing records of calibration within last 12 mos, traceable to NIST standards, and adequate for making positive observation of test results. Include following tests: 1. Battery Tests: Measure charging voltage and voltages between available battery terminals for full -charging and float -charging conditions. Check electrolyte level and specific gravity under both conditions. Test for contact integrity of connectors. 2. Battery Charger Tests: Verify specified rates of charge for both equalizing and float -charging conditions. 3. System Integrity Tests: Verify proper installation, connection, and integrity of each element of engine generator system before and during system operation. Check for air, exhaust, and fluid leaks. 4. Simulation of malfunctions to verify proper operation of local and remote protective, alarm, and monitoring devices. 5. Verify proper phasing of generator with utility supply at transfer switch. 6. Load Test: Operate engine generator unit with full connected building load for a period of 8 hours. 7. Automatic Operations Test: Perform automatic transfer test to confirm proper operation of system. Simulate loss of normal power and return of normal power. C. Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met. 162350 Engine Generator Systems Page 14 of 15 3.03 CLEANING 3.04 Upon completion of installation, inspect system components. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. Any signs of corrosion shall be prepped, primed and painted. Clean components internally using methods and materials recommended by manufacturer. 3.05 WARRANTY A. Unit shall be provided with a (5) year comprehensive warranty on all parts and labor. END OF SECTION 162350 Engine Generator Systems Page 15 of 15 SECTION 164020 ELECTRICAL WIRING SYSTEMS PART 1 - GENERAL A. DESCRIPTION This section covers the wiring methods and materials for installation of new electrical power, control and instrumentation systems located both indoor and outdoor. B. REFERENCES ANSI C80.1 ASTM B 1 ASTM B 8 Rigid Steel Conduit - Zinc Coated Hard -Drawn Copper Wire Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft NEMA TC 2 Electrical Plastic Tubing (EPT) and Conduit (EPC -40 and EPC -80) NEMA TC 3 PVC Fittings for Use with Rigid PVC Conduit and Tubing UL 360 PVC Coated Flexible Conduit NFPA 70 National Electrical Code UL 6 Rigid Metal Conduit UL 44 Rubber -Insulated Wires and Cables UL 50 Safety Enclosures for Electrical Equipment UL 83 Thermoplastic -Insulated Wires and Cables UL 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors UL 486C Splicing Wire Connectors UL 498 Attachment Plugs and Receptacles UL 510 Chloride, Polyethylene, and Rubber Insulating Tape UL 514A Metallic Outlet Boxes UL 514C Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers C. SUBMITTALS 164020 Electrical Wiring Systems Page 1 of 6 1. Manufacturer's Catalog Data a. Conduit b. Wire PART 2 - PRODUCTS A. CONDUIT AND FITTINGS 1. Aluminum Conduit in accordance with ANSI C80.1, UL 6. Fittings shall be treaded - type. Split couplings are unacceptable. 2. Rigid Nonmetallic Conduit shall be PVC Type EPC -40, in accordance with NEMA TC 2. Fittings shall conform to NEMA TC 3. 3. PVC -Coated Flexible Galvanized Steel Flex Conduit shall be in accordance with UL 360. Core formed of continuous, spiral wound, hot -dip galvanized steel strip with successive convolutions securely interlocked. Conduit shall have an extruded liquid and vapor tight PVC outer jacket positively locked to the steel core. 4. Flexible conduit and fittings shall be nonmetallic, Carlon type Carflex or approved equal. B. CABINETS, BOXES AND COVERS 1. UL 514A, cadmium- or zinc -coated, if ferrous metal 2. UL 514C, if nonmetallic. 3. UL -50 for volumes greater than 100 cubic inches, hot -dip, zinc -coated, if sheet steel. C. WIRES AND CABLES 1. Wires and cables shall meet applicable requirements of NFPA 70 and UL for type of insulation, jacket, and conductor specified or indicated. Wires and cables manufactured more than 12 months prior to date of delivery to site shall not be used. 2. Conductors: All conductors shall be stranded unless specifically indicated otherwise. Conductor sizes and ampacities shown are based on copper, unless indicated otherwise. All conductors shall be copper. 3. Minimum size for branch circuits shall be No. 12 AWG; for Class 1 remote -control and signal circuits, No. 14 AWG; for Class 2 low-energy, remote -control and signal circuits, No. 16 AWG; and for Class 3 low-energy, remote -control, alarm and signal circuits, No. 22 AWG. 4. Color Coding: Provide for branch, control, and signaling circuit conductors. Color shall be green for grounding conductors and white for neutrals; except where neutrals 164020 Electrical Wiring Systems Page 2 of 6 of more than one system are installed in same raceway or box, other neutral shall be white with colored (not green) stripe. Color of ungrounded conductors in different voltage systems shall be as follows: a. 120/240 volt, three phase Black, Red, Blue b. 208Y/120 volt, three phase Black, Red, Blue c. 480Y/277 volt, three phase Brown, Orange, Yellow d. 480 volt, three phase Brown, Orange, Yellow 5. Insulation: Unless specified or indicated otherwise or required by NFPA 70, power and lighting wires shall be 600 -volt, Type THWN/THHN conforming to UL 83 or Type XHHW or RHW conforming to UL 44, except that grounding wire may be type TW conforming to UL 83; remote -control and signal circuits shall be Type TW or TF, conforming to UL 83. 6. Bonding Conductors: ASTM B 1, solid bare copper wire for sizes No. 8 AWG and smaller diameter; ASTM B 8, Class B, stranded bare copper wire for sizes No. 6 AWG and larger diameter. 7. SPLICES AND TERMINATION COMPONENTS: UL 486A for wire connectors and UL 510 for insulating tapes. Connectors for No. 10 AWG and smaller diameter wires shall be insulated, pressure-type in accordance with UL 486A or UL 486C (twist -on splicing connector). Provide solderless terminal lugs on stranded conductors. PART 3 - EXECUTION A. INSTALLATION 1. Electrical installations shall conform to requirements of NFPA 70 and to requirements specified herein. 2. Wiring Methods: Provide insulated conductors installed in rigid steel conduit, rigid nonmetallic conduit, except where specifically indicated or specified otherwise or required by NFPA 70 to be installed otherwise. Grounding conductor shall be separate from electrical system neutral conductor. Provide insulated green equipment grounding conductor for circuit(s) installed in conduit and raceways. Minimum conduit size shall be 1/2 inch in diameter for low voltage lighting and power circuits. 3. Restrictions applicable to PVC Schedule 40: Do not use in areas where subject to severe physical damage, including but not limited to, pump rooms, electrical equipment rooms, and other such areas. B. CONDUIT INSTALLATION 1. Install conduit parallel with or at right angles to structural members where conduit will be visible after completion of project. 164020 Electrical Wiring Systems Page 3 of 6 2. Conduit Support: Support conduit by pipe straps, wall brackets, or hangers. Fasten by wood screws to wood; by toggle bolts on hollow masonry units; Threaded C -clamps may be used on rigid steel conduit only. Do not weld conduits or pipe straps to steel structures. Load applied to fasteners shall not exceed one-fourth proof test load. Fasteners attached to concrete ceiling shall be vibration resistant and shock -resistant. Holes cut to depth of more than 1 1/2 inches in reinforced concrete beams or to depth of more than/4 inch in concrete joints shall not cut main reinforcing bars. Fill unused holes. In partitions of light steel construction, use sheet metal screws. Conduit and box systems must be supported independently. Supporting means shall not be shared between electrical raceways and mechanical piping. 3. Directional Changes in Conduit Runs: Make changes in direction of runs with symmetrical bends or cast -metal fittings. Make field -made bends and offsets with hickey or conduit -bending machine. Do not install crushed or deformed conduits. Avoid trapped conduits. Prevent plaster, dirt, or trash from lodging in conduits, boxes, fittings, and equipment during construction. Free clogged conduits of obstructions. 4. Pull Wire: Install pull wires in empty conduits. Pull wire shall be plastic having minimum 200 pound tensile strength. Leave minimum 36 inches of slack at each end of pull wire. 5. Locknuts and Bushings: Fasten conduits to sheet metal boxes and cabinets with two locknuts where required by NFPA 70, where insulated bushings are used, and where bushings cannot be brought into firm contact with the box; otherwise, use at least minimum single locknut and bushing. Locknuts shall have sharp edges for digging into wall of metal enclosures. Install bushings on ends of conduits, and provide insulating type where required by NFPA 70. 6. Flexible Connections: Provide flexible steel conduit between 3 and 6 feet in length for equipment subject to vibration, noise transmission, or movement; and for motors. Install flexible conduit to allow 20 percent slack. Minimum flexible steel conduit size shall be 1/2 inch diameter. Provide liquidtight flexible conduit in wet and damp locations and for equipment subject to vibration, noise transmission, movement or motors. Provide separate ground conductor across flexible connections. Maximum allowable unsupported length shall be 3 feet. Flexible conduit not to be used for transformer feeders. C. BOXES, OUTLETS, AND SUPPORTS Provide boxes in wiring and raceway systems wherever required for pulling of wires, making connections, and mounting of devices or fixtures. Boxes for metallic raceways shall be cast -metal, hub -type when located in wet locations, when surface mounted on outside of exterior surfaces and when specifically indicated. Boxes in other locations shall be sheet steel, except that aluminum boxes may be used with aluminum conduit, and nonmetallic boxes may be used with nonmetallic conduit system. Each box shall have volume required by NFPA 70 for number of conductors enclosed in box. Provide gaskets for cast -metal boxes installed in wet locations and boxes installed flush with outside of exterior surfaces. Fasten boxes and supports with wood screws on wood, with bolts and expansion shields on concrete or brick, with toggle bolts on 164020 Electrical Wiring Systems Page 4 of 6 hollow masonry units, and with machine screws or welded studs on steel. When penetrating reinforced concrete members, avoid cutting reinforcing steel. 2. Boxes for use with raceway systems shall be minimum 1 1/2 inches deep, except where shallower boxes required by structural conditions are approved. 3. Pull Boxes: Construct of at least minimum size required by NFPA 70 of code -gauge aluminum or galvanized sheet steel, except where cast -metal boxes are required in locations specified herein. Provide boxes with screw -fastened covers. 4. Conductor Identification: Provide conductor identification within each enclosure where tap, splice, or termination is made. For conductors No. 6 AWG and smaller diameter, color coding shall be by factory -applied, color -impregnated insulation. For conductors No. 4 AWG and larger diameter, color coding shall be by plastic -coated, self -sticking markers; colored nylon cable ties and plates; or heat shrink -type sleeves. 5. Splices: Make splices in accessible locations. Make splices in conductors No. 10 AWG and smaller diameter with insulated, pressure-type connector. Make splices in conductors No. 8 AWG and larger diameter with solderless connector, and cover with insulation material equivalent to conductor insulation. 6. Covers and Device Plates: Install with edges in continuous contact with finished wall surfaces without use of mats or similar devices. Plaster fillings are not permitted. Install plates with alignment tolerance of /16 inch. Use of sectional -type device plates are not permitted. Provide gasket for plates installed in wet locations. 7. Grounding and Bonding: In accordance with NFPA 70. Ground exposed, non- current -carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductor in metallic and nonmetallic raceway systems. Equipment Connections: Provide power wiring for the connection of motors and control equipment under this section of the specification. Except as otherwise specifically noted or specified, automatic control wiring, control devices, and protective devices within the control circuitry are not included in this section of the specifications but shall be provided under the section specifying the associated equipment. 9. Repair of Existing Work a. Lay out work in advance. Exercise care where cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, or other surfaces is necessary for proper installation, support, or anchorage of conduit, raceways, or other electrical work. b. Repair damage to buildings, piping, and equipment using skilled craftsmen of trades involved. c. Existing concealed wiring to be removed shall be disconnected from its source. Remove conductors; cut conduit flush with floor, underside of floor, and through walls; and seal openings and touch up paint to match. 164020 Electrical Wiring Systems Page 5 of 6 d. Removal of existing electrical distribution system equipment shall include equipment's associated wiring, including conductors, cables, exposed conduit, surface metal raceways, boxes, and fittings as indicated. Maintain continuity of existing circuits of equipment to remain. Existing circuits of equipment shall remain energized. Circuits which are to remain but were disturbed during demolition shall have circuits wiring and power restored back to original condition. D. FIELD QUALITY CONTROL 1. Devices Subject to Manual Operation: Each device subject to manual operation shall be operated at least five times, demonstrating satisfactory operation each time. 2. Wiring Test: Test wiring rated 600 volt and less to verify that no short circuits or accidental grounds exist. Perform insulation resistance tests on wiring No. 6 AWG and larger diameter using instrument which applies voltage of approximately 500 volts to provide direct reading of resistance. Minimum resistance shall be 250,000 ohms. END OF SECTION 164020 Electrical Wiring Systems Page 6 of 6 SECTION 164210 UTILITY SERVICE ENTRANCE PART 1GENERAL A. SECTION INCLUDES 1. Arrangement with Utility Company (AEP) for permanent electric service, including payment of all Utility Company charges for new service. 2. Underground service entrance. 3. Metering equipment. B. RELATED SECTIONS 1. Section 16170 - Grounding and Bonding. 2. Section 16402 — Electrical Wiring Systems. C. REFERENCES 1. ANSI/NFPA 70 - National Electrical Code. D. SYSTEM DESCRIPTION 1. Utility Company: AEP 2. System Characteristics: 480 volts, three phase, four wire, grounded 60 Hertz. E. SUBMITTALS 1. Submit Utility Company prepared drawings. F. QUALITY ASSURANCE 1. Perform Work in accordance with Utility Company written requirements. 2. Maintain one copy of each document on site. G. REGULATORY REQUIREMENTS 1. Conform to requirements of ANSI/NFPA 70. 2. Furnish products listed and classified by Underwriters Laboratories, Inc. or testing firm acceptable to authority having jurisdiction as suitable for purpose specified and shown. H. FIELD MEASUREMENTS 1. Verify that field measurements are as indicated on contract drawings. 164210 Utility Service Entrance Page 1 of 2 PART 2 PRODUCTS A. UTILITY METERS 1. Meters will be furnished by Utility Company. B. UTILITY METER BASE 1. Contractor shall provide Meter base as directed by Utility Company. C. METERING TRANSFORMER CABINET 1. Provide all metering devices as per Utility Company requirements. 2. Include provisions for padlocking and sealing. D. 1. Provide transformer pad as per Utility company requirements. E. GROUNDING 1. Provide grounding as per Utility company requirements. PART 3 EXECUTION A. EXAMINATION 1. Verify that service equipment is ready to be connected and energized. B. PREPARATION 1. Make arrangements with Utility Company to obtain permanent electric service to the Project for new transformer and automatic primary switch. 2. Coordinate location of Utility Company's facilities to ensure proper access is available. C. INSTALLATION 1. Install service entrance conduits from Utility Company's terminal pole. END OF SECTION 164210 Utility Service Entrance Page 2 of 2 SECTION 164430 MOTOR CONTROL CENTER PART1 GENERAL 1.01 SCOPE A. Furnish, install, test and commission the motor control centers as specified herein and as indicated on the drawings. B. The motor control center (MCC) shall be furnished as a part of the PCR Building and shall be factory installed, wired and tested by the PCR Manufacturer. 1.02 RELATED SECTIONS A. Section 16920 — PCR Building B. Section 16496 — Automatic Transfer Switch 1.03 REFERENCES A. The Motor Control Centers and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of NEMA, ANSI and UL 845. 1.04 SUBMITTALS i FOR REVIEW/APPROVAL A. Procedure: Submit in accordance with section 16010. B. Product Data: 1. Master drawing index 2. Front view elevation 3. Floor plan 4. Top view 5. Single line 6. Control schematic drawings for each individual unit 7. Three line diagram of current and potential circuits 8. Nameplate schedule 9. Starter and component schedule 10. Conduit entry/exit locations 11. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 12. Major component ratings including: a. Voltage b. Continuous current c. Interrupting capability 13. Cable terminal sizes. 14. Descriptive bulletins on equipment and components. 164430 Motor Control Center Page 1 of 7 1.05 SUBMITTALS — RECORD DATA A. Procedure: Submit in accordance with Section 16010. B. Record Data: 1. Final as built drawings and information for items listed in Section 1.04. 2. Unit wiring diagrams 3. Certified production test reports 4. Installation, operation and maintenance manuals 5. Renewal parts list C. QUALIFICATIONS 1. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. 2. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. 3. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 EXTRA PRODUCTS A. Manufacturer shall submit a renewal parts list showing those maintenance items which will be needed for proper maintenance and to provide normal equipment life. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Eaton B. Square D 2.02 RATINGS A. The Motor Control Center(s) shall be 600 -volt class, suitable for operation on a 480 volt, three-phase, four -wire, 60 -hertz system with a short circuit current availability of 65,000 amps RMS symmetrical. 2.03 CONSTRUCTION A. Motor Control Center(s) shall be Eaton type F2100 design, or Square D Model 6 or approved equal. 164430 Motor Control Center Page 2 of 7 B. Structures shall be totally enclosed deadfront, free-standing assemblies. They shall be 90 inches high and 21 inches deep for front -mounted units. Structures shall contain a horizontal wireway at the top, isolated from the horizontal bus and shall be readily accessible through a hinged cover. Adequate space for conduit and wiring to enter the top or bottom shall be provided without structural interference. C. Compartments for mounting control units shall be incrementally arranged such that not more than six (6) size 1 starters can be mounted within each vertical structure. Guide rails shall be provided. D. A vertical wireway with minimum of 35 square inches of cross sectional area shall be adjacent to each vertical unit and shall be covered by a hinged door. Wireways shall contain steel rod cable supports. E. All full voltage starter units through NEMA Size 5 shall be of the drawout type. Draw -out provisions shall include a positive guide rail system and stab shrouds to absolutely ensure alignment of stabs with the vertical bus. Draw -out units shall have a tin-plated stab assembly for connection to the vertical bus. No wiring to these stabs shall extend into the bus compartment. Interior of all units shall be painted white for increased visibility. F All drawout units shall be secured by a spring-loaded quarter turn indicating type fastening device located at the top front of the unit. Each unit compartment shall be provided with an individual front door. G. An operating mechanism shall be mounted on the primary disconnect of each starter unit. It shall be mechanically interlocked with the unit door to prevent access unless the disconnect is in the OFF position. A defeater shall be provided to bypass this interlock. With the door open, an interlock shall be provided to prevent inadvertent closing of the disconnect. A second interlock shall be provided to prevent removal or re-insertion of the unit while in the ON position. Padlocking facilities shall be provided to positively lock the disconnect in the OFF position with from one (1) to three (3) padlocks with the door open or closed. In addition, means shall be provided to padlock the unit in a partially withdrawn position with the stabs free of the vertical bus. 2.04 BUS A. Each structure shall contain a main horizontal copper tin-plated bus, with minimum ampacity of 600 amperes or as otherwise shown on the drawings. The horizontal bus shall be rated at 50 degrees C temperature rise over a 40 degree C ambient in compliance with UL standards. Vertical busses feeding unit compartments shall be tin-plated copper and shall be securely bolted to the horizontal main bus. All joints shall be front accessible for ease of maintenance. The vertical bus shall have a minimum rating of 300 amperes. B. Isolation of the vertical bus compartment from the unit compartment shall be by means of a full height insulating barrier. This barrier shall be a single sheet of glass reinforced polyester with cutouts to allow the unit stabs to engage the vertical bus. Provide snap -in covers for all unused openings. 164430 Motor Control Center Page 3 of 7 C. Busses shall be braced for 65,000 amperes RMS symmetrical. 2.05 WIRING/TERMINATIONS A. Wiring shall be NEMA Class 1, Type B. B. Control wiring conductor shall be No. 14 AWG minimum size, stranded copper conductor. C. All control wiring shall be labeled at each termination in accordance with the final, approved schematic drawings. Units shall be equipped with side -mounted, positive latch pull -apart type control terminal blocks rated 600 -volts. Knockouts shall be provided for the addition of future terminal blocks. 2.06 MOTOR CONTROLLERS A. Provide combination starter units in the sizes and quantities as indicated on the drawings. B. Combination starter units shall be either full voltage or reduced voltage bypass type, as indicated on the drawings, and shall utilize Motor Circuit Protectors. (MCP) 1. Each combination unit shall be rated 65,000 AIC symmetrical at 480V. The MCP shall provide adjustable magnetic protection and be provided with pin insert to stop magnetic adjustment at 1300% motor nameplate full load current to comply with NEC requirements. All MCP combination starter units shall have a "tripped" position on the unit disconnect and a push -to -test button on the MCP. Type HMCP motor circuit protectors shall include transient override feature for motor inrush current. Each MCP shall have a SPDT alarm signal switch which will operate only when the MCP is tripped. 2. Magnetic motor starters shall be Eaton type F2100 or approved equal, electrically operated, electrically held, three -pole assemblies with arc extinguishing characteristics and shall have silver -to -silver renewable contacts. They shall have provisions for a total of eight (8) NO or eight (8) NC auxiliary contacts. The overload relay assembly shall be of the thermal bimetallic ambient compensated type. Overload relays shall be reset from outside the enclosure by means of an insulated button. The overload relay shall have a built-in push -to -test button, electrically isolated NO -NC contacts and single phase sensitivity. 3. Each magnetic combination starter shall be equipped with: a. Control power transformer, 120 volt secondary with 2 primary and 1 secondary fuses. b. Red indicating light, press -to -test, LED type. c. Two (2) normally open and two (2) normally closed auxiliary contacts. 2.07 CIRCUIT BREAKERS A. Provide molded case feeder circuit breakers as indicated on the drawings. 164430 Motor Control Center Page 4 of 7 B. Individual feeder breakers shall have a minimum interrupting capacity of 65,000 amps at rated voltage unless otherwise indicated on the drawings. 2.08 METERING A. Provide a separate metering compartment with hinged front door containing a microprocessor based, multifunction meter, instrument transformer and phase failure protective relay. B. Current transformers shall be window type ratio as indicated, 0.361.8 metering accuracy. Wire secondary circuits through shorting type terminal strips. C. Potential transformers shall be 480:120 volt, metering class, with connections as indicated. Provide primary and secondary fuses. D. Meter 1. 480/277 volt, 3 phase, 3 element 2. Cutler -Hammer IQ Analyzer or 3. Square D Power Logic E. Phase Failure Relay 1. Device 27/47, Diversified Electronics Model SLE -120 -ALE, 120 VAC 3 phase input. Provide an auxiliary relay, device 27/47X to interlock each motor starter and to provide inputs to PLC and SCADA system. 2.09 AUTOMATIC TRANSFER SWITCH A. See Section 16496. 2.10 SURGE PROTECTION A. Provide transient voltage surge suppression unit suitable for ANSI/IEEE C62.41 Category 3 environment. B. The unit shall meet the requirements of UL 1449 SUR and ANSI/IEEE C62.41 Category C3 for let through voltage. The device shall be capable of withstanding a surge current of 250 kA per phase (8 X 20 microsecond waveform), without damage or degradation. C. Provide a 30 amp disconnect. The disconnect shall be directly integrated to the suppressor and MCC bus using bolted bus bar connections. Locate on load side of main disconnect device, as close as possible to the phase conductors and ground / neutral bar. D. Accessories: 164430 Motor Control Center Page 5 of 7 1. Push to test feature. 2. Form C dry contacts for remote stator monitoring. 3. Surge counter. 2.11 ACCESSORIES A. Space Heaters 1. Provide thermostatically controlled enclosure space heaters in the MCC to prevent condensation. Space heater circuit shall be factory wired to the low voltage panelboard and shall be provided with a Hand -Off -Auto control switch. 2.12 ENCLOSURE A. The type of enclosure shall be in accordance with NEMA standards for Type 1A with gasketed doors. All enclosing sheet steel, wireways and unit doors shall be gasketed. 2.13 NAMEPLATES A. Each unit shall be provided with a 1.0 x 2.5 -inch hot stamped nameplate. The lettering shall be black 3/16 -inch high, in a white background. The legend shall match the approved nameplate schedule. 2.14 FINISH A. The control center shall be given a phosphatizing pretreatment. The paint finish shall be an anionic, thermoset acrylic. Manufacturer's standard color shall be used. B. The control center finish shall pass 600 hours of corrosion resistance testing per ASTM B 117. PART 3 EXECUTION 3.01 FACTORY TESTING A. All factory tests required by the latest ANSI, NEMA and UL standards shall be performed. B. The manufacturer shall provide three (3) certified copies of factory test reports. 3.02 INSTALLATION A. The motor control center shall be factory installed within the PCR enclosure by the PCR Manufacturer. B. Individual motor control center sections shall be properly aligned, leveled, connected and secured to the PCR structure. 164430 Motor Control Center Page 6 of 7 C. The MCC ground bus shall be bonded to the PCR ground bus at a minimum of two (2) locations. D. The PCR Manufacturer shall install all required interconnecting control wiring between MCC units and between MCC and transfer switch. 3.03 FIELD INSTALLATION A. Make required power, grounding and control field wiring connections to the motor control center. B. Tighten bus joint bolts and electrical connector and terminal bolts in accordance with manufacturer's instructions and torque values. Where manufacturer's values are not stated, use those specified in UL 486A and UL 486B. 3.04 FIELD QUALITY CONTROL A. Provide the services of a qualified factory -trained manufacturer's representative to assist the Contractor in installation and start-up of the equipment specified under this section. The manufacturer's representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. B. The following minimum work shall be performed by the Contractor under the technical direction of the manufacturer's service representative. 1. Inspection and final adjustments of solid state reduced voltage starters and automatic transfer switch. 2. Operational and functional checks of solid state reduced voltage starters and automatic transfer switch. 3. Adjust instantaneous trip setting of motor circuit protectors. 4. Select and install heater elements in overload relays in accordance with installed motor nameplate data. 5. Perform other pre-energization tests as recommended by Manufacturer. C. The Contractor shall provide three (3) copies of the manufacturer's field start-up report. 3.05 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall certify in wiring that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three (3) copies of the manufacturer's representative's certification. END OF SECTION 164430 Motor Control Center Page 7 of 7 SECTION 164500 ENCLOSED ADJUSTABLE FREQUENCY CONTROLLER (1-500 HP) PART 1 GENERAL 1.01 SCOPE OF WORK A. This section provides specification requirements for adjustable frequency drives or variable speed drives (identified herein as AC Drives) for use with NEMA° MG31 inverter -duty motors or with NEMA asynchronous Design B motors having an appropriate output filter. B. The manufacturer shall furnish, field test, adjust, and certify all installed AC Drives for satisfactory operation. C. Any exceptions or deviations to this specification shall be indicated in writing and submitted with the quotation. 1.02 REFERENCES A. ANSI°/NFPA° 70 — National Electrical Code° (NEC®) B. CSA° C22.2 No. 14-M91 — Industrial Control Equipment C. IEC 61000 — Electromagnetic Compatibility D. NEMA 250 — Enclosures for Electrical Equipment E. NEMA ICS7 — Industrial Control and Systems Adjustable Speed Drives F. NEMA ICS 7.1 — Safety Standards for Construction and Guide for Selection Installation and Operation of Adjustable Speed Drives G. UL° 50 — Enclosures for Electrical Equipment H. UL 98 — Disconnect Switches I. UL 507 — Electric Fans J. UL 508 — Industrial Control Equipment K. UL 508C — Power Conversion Equipment L. UL 991 — Safety Tests for Safety Related Controls Employing Solid State Devices M. OSHA° 1910.95 — AC Drive Controller Acoustical Noise N. IBC®— International Building Code° O. ASCE/SEI 7° — Seismic Performance Requirements P. ICC ES AC156 — Shake -Table Test Acceptance Criteria 1.03 SUBMITTALS A. 6 Copies of the approval drawings shall be furnished for the engineer's approval prior to factory assembly of the AC Drives. These drawings shall consist of elementary power and control wiring diagrams and enclosure outline drawings. The enclosure drawings shall include front and side views 164500 Variable Frequency Drive Page 1 of 8 of the enclosures with overall dimensions and weights, conduit entrance locations, and nameplate legends. B. Standard catalog sheets shall be furnished for each different horsepower rated AC Drive, showing voltage, horsepower, maximum current ratings, and recommended replacement parts with part numbers. C. A harmonic distortion analysis shall be performed by the manufacturer based on documentation supplied by the contractor. The engineering documentation shall consist of one -line diagrams, utility short circuit information, distribution transformer information (kVA, %Z, and X/R ratio) and emergency standby generator (kW and subtransient reactance) data if applicable. The harmonic distortion analysis report shall be part of the approval drawing process, submitted to the engineer for approval. 1.04 WARRANTY A. An 18 -month parts warranty shall be provided on materials and workmanship from the date of invoice from an authorized distributor. 1.05 QUALITY ASSURANCE A. The manufacturer of the AC Drive shall be a certified ISO 9001 facility. B The AC Drive and all associated optional equipment shall be UL Listed according to UL 508C Power Conversion Equipment or UL 508A Industrial Control Panel. A UL label shall be attached inside each enclosure as verification. C. The AC Drive shall be designed, constructed, and tested in accordance with UL, CSA, NEMA, IBC, ASCE/SEI 7, and NEC standards. D. Every power converter shall be quality assurance tested with an AC induction motor under load conditions and subjected to a dielectric voltage -withstand test, with all enclosed devices mounted and wired, prior to shipment. E. Quality assurance documentation shall be furnished to verify successful completion upon written request of the engineer. PART 2 PRODUCT 2.01 MANUFACTURERS A. The AC Drive shall be provided by Schneider Electric or approved equal. Substitutions shall meet all aspects of the specifications herein. B. Alternate control techniques, other than pulse width modulated (PWM) control, are not acceptable. 2.02 GENERAL DESCRIPTION A. The AC Drive shall convert the input AC mains power to an adjustable frequency and voltage as defined below and indicated on the drawings or motor control schedules. 164500 Variable Frequency Drive Page 2 of 8 1. For AC Drives rated up to 500 hp, the AC Drive manufacturer shall use a 6 -pulse bridge rectifier design with harmonic suppressors for effective harmonic mitigation. The diode rectifiers shall convert fixed voltage and frequency, AC line power to fixed DC voltage. The power section shall be insensitive to phase rotation of the AC line. B. The output power section shall change fixed DC voltage to adjustable frequency AC voltage. This section shall use insulated gate bipolar transistors (IGBT) or intelligent power modules (IPM) as required by the current rating of the motor. 2.03 CONSTRUCTION A. The AC Drive shall be mounted in a Type 1 enclosure with an externally operated disconnect device. B. A mechanical interlock shall prevent an operator from opening the AC Drive door when the disconnect is in the On position. Another mechanical interlock shall prevent an operator from placing the disconnect in the On position while the AC Drive door is open. It shall be possible for authorized personnel to defeat these interlocks. C. Provisions shall be made for locking all disconnects in the Off position. Provisions for additional padlocking shall be made by the customer using an approved lockout/tagout device. D. Provisions shall be made for accepting a padlock to lock the enclosure door. 1.04 MOTOR DATA A. The AC Drive shall be sized to operate the following AC motors and shall be defined to match the load schedules and the type of connections used between the motor and the load, such as a direct connection or a power transmission connection: 1. Motor horsepower rating(s) — See oneline diagram. 2. Motor full load ampere ratings coordinated to NEC2008 Table 430-250. 3. Motor synchronous speed 1800 at 60 Hz. 4. Motor utilization voltage 460 VAC 5. Motor service factor 1.15 1.05 APPLICATION DATA A. The AC Drive shall be sized to operate a variable, constant torque load. B. The speed range shall be from a minimum speed of 0.1 Hz to a maximum speed of 60 Hz. 1.06 ENVIRONMENTAL RATINGS A. The AC Drive shall meet IEC 60664-1 and NEMA ICS -1 Annex A standards. B. The AC Drive shall be designed to operate in an ambient temperature of -10 to + 40 °C (+14 to 104 °F). Type 3R shall be designed to operate from -10 to +50 °C (+14 to 122 °F). 164500 Variable Frequency Drive Page 3 of 8 C. The storage temperature range shall be -25 to +65 ° C (-13 to +149 °F). D. The maximum relative humidity shall be 95% at 40 °C (104 °F), non - condensing with no dripping water, conforming to IEC 60068-2-3. E. The AC Drive shall be rated to operate at altitudes less than or equal to 3,300 feet (1000 meters) without derating. For altitudes above 3,300 feet (1000 meters), the manufacturer's derating factors shall apply. F. The AC Drive shall conform to IEC 600721-3-3-3M3 Amplitude for Operational Vibration Specifications. 1.07 RATINGS A. The AC Drive shall be designed to operate from an input voltage of 460 VAC plus or minus 10%. B. The AC Drive shall operate from an input voltage frequency range of 47-63 Hz. C. The displacement power factor shall not be less than 0.95 lagging under any speed or load condition. D. The efficiency of the AC Drive at 100% speed and load shall typically not be less than 96%. Efficiency shall vary with the power rating of the AC Drive. E. The constant, variable torque rated AC Drive overcurrent capacity shall be 150%, 110% for one minute. F. The output carrier frequency of the AC Drive shall be randomly modulated depending on the Drive rating for low noise operation. No AC Drive with an operable carrier frequency above 16 kHz shall be allowed. G. The output frequency shall be from 0.1-60 Hz. H. The AC Drive shall develop rated motor torque at 0.5 Hz (60 Hz base) in a sensorless flux vector (SVC) mode using a standard induction motor without an encoder feedback signal. 1.08 PROTECTION A. Upon power -up, the AC Drive shall automatically test for valid operation of memory, valid operation of option module, loss of analog reference input, loss of communication, dynamic brake failure, DC to DC power supply, control power, and the pre -charge circuit. B. The AC Drive shall be UL Listed according to UL 508C for use on distribution systems with 100,000 A available fault current. The AC Drive shall have a coordinated short circuit rating designed to UL 508C and listed on the nameplate. UL 508A industrial panels shall be rated per the specification of the customer. C. The AC Drive shall have protection against short circuits, protection between output phases and ground; and protection between the logic and analog outputs. D. The AC Drive shall have minimum AC under -voltage power loss ride -through of 200 milliseconds. The AC Drive shall have the user -defined option of frequency fold -back to allow motor torque production to continue to increase the duration of the power loss ride -through (excludes ATV21 S -Flex). E. The AC Drive shall have a selectable ride -through function that shall allow the logic to maintain control for a minimum of one second without faulting. 164500 Variable Frequency Drive Page 4 of 8 F. The AC Drive shall have an auto restart function that shall provide programmable restart attempts for a fault condition other than a ground fault, short circuit, or internal fault condition. The programmable time delay before restart attempts shall be unlimited. G. The AC Drive shall have a programmable deceleration mode for normal and fault conditions. The stop modes shall include freewheel stop, fast stop, and DC injection braking. H. Upon loss of the analog process follower reference signal, the AC Drive shall enter a tripped condition and/or operate at a user -defined speed set between software programmed low -speed and high-speed settings. 1. The AC Drive shall have solid state 12t protection that is UL Listed and meets UL 508C as a Class 10 overload protection and meets IEC 60947. The minimum adjustment range shall be from 20-150 % of the nominal output current rating of the AC Drive. J. A thermal switch with a user selectable pre -alarm shall provide the AC Drive with a minimum of 60 seconds delay before over -temperature fault. K. The heat -sink shall have bonded fin, moulded, or block -milled construction for maximum heat transfer. L. The AC Drive shall have a fold -back function that shall automatically anticipate a controller overload condition and fold back the frequency to avoid a fault condition. M. The output frequency of the AC Drive shall be software enabled to fold back when the motor is overloaded. N. There shall be three skip frequency ranges with hysteresis adjustment that can each be programmed independently, back to back, or overlapping. 2.10 ADJUSTMENTS AND CONFIGURATIONS A. The AC Drive shall self -configure to the main operating supply voltage and frequency. Operator adjustments shall not be required. B. Upon power up, the AC Drive shall automatically send a signal to the connected motor. The stator resistance data shall be measured at rated current. The AC Drive shall automatically optimize the operating characteristics according to the stored data. C. The AC Drive shall be factory preset to operate most common applications. D. A choice of at least two types of acceleration and deceleration ramps shall be available in the AC Drive software: linear and S curve. Other product specific curves may be available. E. The acceleration and deceleration ramp times shall be adjustable from 0.01 to at least 3,200 seconds. F. The volts per hertz ratios shall be user selectable to meet variable torque loads, normal, and high-torque machine applications. G. The memory shall retain and record run status and fault type of at least the past four faults. H. Slip compensation shall be adjustable from 0-150%. 1. The software shall have an "Energy Saving" function that shall reduce the voltage to the motor when the variable torque setting is selected. A constant volts/hertz ratio shall be maintained during acceleration. The output voltage shall then automatically adjust to meet the torque requirement of the load. 164500 Variable Frequency Drive Page 5 of 8 J. The AC Drive shall offer programmable DC injection braking that will brake the AC motor by injecting DC current and creating a stationary magnetic pole in the stator. The level of current shall be adjustable between 10% and 100% of rated current and available from 1.0 to at least 20 seconds continuously. For continuous operation after 30 seconds, the current shall be automatically reduced to 50% of the nameplate current of the motor. K. Sequencing logic shall coordinate the engage and release thresholds and time delays for the sequencing of the AC Drive output, mechanical actuation, and DC injection braking in order to accomplish smooth starting and stopping of a mechanical process. 2.11 GRAPHIC DISPLAY TERMINAL INTERFACE A. The graphic display terminal shall provide 8 lines of 240 by 160 pixels (in English) to control, adjust, and configure the ATV61 AC Drive or the ATV71 AC Drive (excludes the ATV21 AC Drive). All electrical values, bar charts, configuration parameters, I/O assignments, application and activity functions, faults, local control, adjustment storage, self -test, and diagnostics shall be accessible through the terminal interface. There shall be a standard selection of six additional languages built into the operating software. B. The AC Drive model number, torque type, software revision number, horsepower, output current, motor frequency, and motor voltage shall be listed on the drive identification display as viewed on the graphic display terminal. C. At a minimum, the selectable outputs shall consist of speed reference, output frequency, output current, motor torque, output power, output voltage, line voltage, DC voltage, motor thermal state, drive thermal state, elapsed time, motor speed, machine speed reference, and machine speed. D. The graphic display terminal shall consist of programmable function keys. The functions shall allow both operating commands and programming options to be preset by the operator. A hardware selector switch shall lock out the graphic display terminal from unauthorized personnel. E. The graphic display terminal shall offer a simple to advanced user menu consisting of parameter setting, I/O map, fault history, and drive configuration. A software lock shall limit access to the main menu. F. The navigation scheme shall provide the ability to scroll through menus and screens, select or activate functions, or change the value of a selected parameter. G. An Escape key shall return a parameter to the existing value if an adjustment is not required and the value shall be displayed. The escape function shall also return to a previous menu display. H. A Run key and a Stop key shall command a normal start and stop as programmed when the AC Drive is in keypad control mode. The Stop key must be active in all control modes. I. A user interface shall be available that is a WINDOWS° based personal computer, serial communication link, or detachable graphic display terminal. J. The keypad and all door -mounted controls must be Type 1 rated. 164500 Variable Frequency Drive Page 6 of 8 2.12 CONTROL A. External pilot devices may be connected to a terminal strip for starting/stopping the AC Drive, speed control, and displaying operating status. All control inputs and outputs shall be software assignable. B. A 2 -wire or 3 -wire control strategy shall be defined within the software. The 2 -wire control shall allow automatic restart of the AC Drive without operator intervention after a fault or loss of power. The 3 -wire control shall require operator intervention to restart the AC Drive after a fault or loss of power. C. The control power for the digital inputs and outputs shall be 24Vdc. D. The internal power supply shall incorporate an automatic current fold -back function that protects the internal power supply if incorrectly connected or shorted. The transistor logic outputs shall be current limited to 220 mA and shall not be damaged if shorted or if excess current is pulled. E. All logic connections shall be furnished on pull -apart terminal strips (excludes S -Flex). F. There shall be two software assignable analog inputs with interference filtering. The analog inputs shall be software selectable and shall consist of user -defined configurations: x -y mA or x -y V. G. There shall be at least four software assignable logic inputs that shall be selected and assigned in the software. The logic input assignments shall consist of forward, reverse, jog, plus/minus speed (2 inputs required), setpoint memory, preset speeds (up to 8 inputs), auto/manual control, controlled stop, terminal or keypad control, output contactor (2 inputs required), motor switching, and fault reset. H. There shall be at least one software assignable analog output with interference filtering. The analog outputs can be selected and assigned in the software. The analog output assignments shall be proportional to the following motor characteristics: frequency, current, power torque, voltage, and thermal state. The output signal shall be user -defined configurations: x -y mA or x -y V. I. Two voltage -free Form C relay output contacts shall be provided. One of the contacts shall indicate AC Drive fault status. The other contact shall be user assignable. J. There shall be a hardware input/output extension module that also provides interlocking and sequencing capabilities. The module shall be fully isolated and housed in a finger -safe enclosure with pull -apart terminal strips. The module shall add four logic inputs, two analog inputs, two relay outputs, and one analog output. All of the inputs and outputs shall be user assignable in the software as previously defined (excludes S -Flex). K. The combination enclosure shall have the following optional 22mm door - mounted operators: ■ Power On pilot light (red) ■ Drive Run pilot light (green) ■ Drive Fault pilot light (yellow) 164500 Variable Frequency Drive Page 7 of 8 ■ ON OFF selector switch ■ Manual speed potentiometer PART 3 EXECUTION 3.01 INSPECTION A. Verify that the location is ready to receive work and the dimensions are as indicated. B. The AC Drive equipment shall not be installed until the building environment can be maintained within the service conditions required by the manufacturer. 3.02 PROTECTION A. Before and during the installation, the AC Drive equipment shall be protected from site contaminants. 3.03 INSTALLATION A. Installation shall comply with manufacturer's instructions, drawings, and recommendations. B. The AC Drive manufacturer shall provide a certified technical service representative to supervise the contractor's installation, testing, and start-up of the AC Drive(s) furnished under this specification for a maximum total of 1 days. The start-up service shall be quoted as a separate line item. 3.04 TRAINING A. An on-site training course of 1 training days shall be provided by an authorized representative of the AC Drive manufacturing plant and/or maintenance personnel and quoted as a separate line item. END OF SECTION 164500 Variable Frequency Drive Page 8 of 8 SECTION 164610 DRY TYPE TRANSFORMERS PART1 GENERAL A. SECTION INCLUDES 1. Dry type two winding transformers. B. REFERENCES 1. NEMA ST 20 - Dry Type Transformers for General Applications. 2. NFPA 70 - National Electrical Code. C. SUBMITTALS 1. Submit under provisions of Part 'A' Special Provisions. 2. Product Data: Provide outline and support point dimensions of enclosures and accessories, unit weight, voltage, KVA, and impedance ratings and characteristics, tap configurations, insulation system type, and rated temperature rise. 3. Test Reports: Indicate loss data, efficiency at 25, 50, 75 and 100 percent rated load, and sound level. 4. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. 5. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. D. QUALITY ASSURANCE 1. Perform Work in accordance with NECA Standard of Installation. E. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. F. REGULATORY REQUIREMENTS 1. Conform to requirements of NFPA 70. 2. Furnish products listed and classified by UL as suitable for purpose specified and shown. G. DELIVERY, STORAGE, AND HANDLING 164610 Dry Type Transformers Page 1 of 4 1. Store, protect, and handle products to site under provisions of Section 16010. 2. Deliver transformers individually wrapped for protection and mounted on shipping skids. 3. Accept transformers on site. Inspect for damage. 4. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. 5. Handle in accordance with manufacturer's written instructions. Lift only with lugs provided for the purpose. Handle carefully to avoid damage to transformer internal components, enclosure, and finish. PART 2 PRODUCTS A. TWO -WINDING TRANSFORMERS 1. Manufacturers: a. Eaton b. Square D c. Siemens d. Approved equal 2. Description: NEMA ST 20, factory -assembled, air cooled dry type transformers, ratings as indicated. 3. Insulation system and average winding temperature rise for rated KVA as follows: a. 1-15 KVA: Class 185 with 80 degrees C rise. b. 16-500 KVA: Class 220 with 80 degrees C rise. 4. Case temperature: Do not exceed 35 degrees C rise above ambient at warmest point. 5. Winding Taps: a. Transformers Less than 15 KVA: Two 5 percent below rated voltage, full capacity taps on primary winding. b. Transformers 15 KVA and Larger: NEMA ST 20. c. Sound Levels: NEMA ST 20. 164610 Dry Type Transformers Page 2 of 4 6. Basic Impulse Level: 10 KV for transformers less than 300 KVA, 30 KV for transformers 300 KVA and larger. 7. Ground core and coil assembly to enclosure by means of a visible flexible copper grounding strap. 8. Mounting: Suitable for, floor mounting, except transformers larger than 75 KVA, suitable for floor mounting. 9. Coil Conductors: Continuous windings with terminations brazed or welded. 10. Enclosure: NEMA ST 20; Type 1. ventilated. Provide lifting eyes or brackets. 11. Isolate core and coil from enclosure using vibration -absorbing mounts. 12. Nameplate: Include transformer connection data and overload capacity based on rated allowable temperature rise. PART 3 EXECUTION A. EXAMINATION 1. Verify that surfaces are suitable for installing transformer supports. B. PREPARATION 1. Provide concrete pad under floor mounted units. C. INSTALLATION 1. Install Products in accordance with manufacturer's instructions. 2. Set transformer plumb and level on a 4" concrete house keeping pad. 3. Use flexible conduit, under the provisions of Section 16402, 2 ft (0.6 M) minimum length, for connections to transformer case. Make conduit connections to side panel of enclosure. 4. Mount transformers on vibration isolating pads suitable for isolating the transformer noise from the building structure. 5. Provide seismic restraints. 6. Provide grounding and bonding in accordance with Section 16170. D. FIELD QUALITY CONTROL 1. Field inspection and testing will be performed under provisions of Section 16010. 164610 Dry Type Transformers Page 3 of 4 2. Check for damage and tight connections prior to energizing transformer. 3. Measure primary and secondary voltages and make appropriate tap adjustments. END OF SECTION 164610 Dry Type Transformers Page 4 of 4 SECTION 164700 PANELBOARDS PART1 GENERAL A. SECTION INCLUDES 1. Distribution panelboards. 2. Branch circuit panelboards. B. RELATED WORK 1. Division 16 C. REFERENCES 1. NECA (National Electrical Contractors Association) "Standard of Installation." 2. NEMA AB 1 - Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. 4. NEMA PB 1 - Panelboards. 5. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. 6. NFPA 70 - National Electrical Code. D. SUBMITTALS 1. Submit under provisions of Section 16010. 2. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. 3. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. E. PROJECT RECORD DOCUMENTS 1. Submit under provisions of Section 16010. 2. Record actual locations of Products; indicate actual branch circuit arrangement. 164700 Panelboards Page 1 of 4 F OPERATION AND MAINTENANCE DATA 1. Submit under provisions of Section 16010. 2. Maintenance Data: Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. G. QUALITY ASSURANCE 1. Perform Work in accordance with NECA Standard of Installation. 2. Maintain one copy of each document on site. H QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 10 years documented experience. REGULATORY REQUIREMENTS 1. Conform to requirements of NFPA 70. 2. Furnish products listed and classified by testing firm acceptable to authority having jurisdiction as suitable for purpose specified and indicated. J. FIELD MEASUREMENTS 1. Verify that field measurements are as indicated on shop drawings. K. MAINTENANCE MATERIALS 1. Provide maintenance materials under provisions of Section 16010. 2. Provide two of each panelboard key. PART 2 PRODUCTS A. MANUFACTURERS 1. Square D 2. Cutler Hammer 3. Approved Equal B. DISTRIBUTION PANELBOARDS 1. Panelboards: NEMA PB 1, circuit breaker type. 164700 Panelboards Page 2 of 4 2. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. 3. Molded Case Circuit Breakers: NEMA AB 1. Provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as Type HACR for air conditioning equipment branch circuits. 4. Provide circuit breaker accessory trip units and auxiliary switches as indicated. 5. Enclosure: NEMA PB 1, Type 1. 6. Cabinet Front: Surface type, fastened with concealed trim clamps, hinge and latch. Provide hinged door with flush lock. Finish in manufacturer's standard gray enamel. C. BRANCH CIRCUIT PANELBOARDS 1. Lighting and Appliance Branch Circuit Panelboards: NEMA PB1, circuit breaker type. 2. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. 3. Minimum integrated short circuit rating: 10,000 amperes rms symmetrical for 240 volt panelboards. 4. Molded Case Circuit Breakers: NEMA AB 1, bolt -on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide circuit breakers UL listed as Type SWD for lighting circuits. Provide UL Class A ground fault interrupter circuit breakers where scheduled. Do not use tandem circuit breakers. 5. Enclosure: NEMA PB 1, Type 1. 6. Cabinet Front: Surface cabinet front with concealed trim clamps, concealed hinge, and flush lock all keyed alike. Finish in manufacturer's standard gray enamel. PART 3 EXECUTION A. INSTALLATION 1. Install panelboards in accordance with NEMA PB 1.1. 2. Install panelboards plumb. Provide supports. 3. Height: 6 ft to top of panelboard; install panelboards taller than 6 ft with bottom no more than 4 inches (10 cm) above floor. 4. Provide filler plates for unused spaces in panelboards. 164700 Panelboards Page 3 of 4 5. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. B. FIELD QUALITY CONTROL 1. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi -wire branch circuits. Update Panel schedule as necessary. 2. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers. END OF SECTION 164700 Panelboards Page 4 of 4 SECTION 164960 AUTOMATIC TRANSFER SWITCHES PART1 GENERAL 1.01 SCOPE A. The Contractor shall furnish and install the low -voltage (600 volts and below) automatic transfer switches having the ratings, features/accessories, enclosures, as specified herein and as shown on the contract drawings. A. RELATED SECTIONS Section 16235 Diesel Engine -Generator Set 1.03 REFERENCES A. The automatic transfer switches (ATS) shall be rated as suitable for Service Entrance and must have UL label. The ATS and all components must be designed, manufactured and tested in accordance with the latest applicable standards of UL and NEMA as follows: UL 50 UL 489 UL 508 UL 1008 UL 1087 NEMA ICS Cabinets and Boxes Molded Case Circuit Breakers Industrial Control Systems Transfer Switches Molded Case Switches Industrial Controls and Systems 1.04 SUBMITTALS—FOR REVIEW/APPROVAL A. The following information shall be submitted to the Engineer. 1. Master drawing index. 2. Dimensioned outline drawing. 3. Schematic diagram. 4. Component list. 5. Conduit entry/exit locations. 6. Assembly ratings including: a. Short circuit rating. b. Voltage. 164960 Automatic Transfer Switch Page 1 of 9 c. Continuous current. A. Submit copies of the above information as per Part 'A' Special Provisions. 1.05 SUBMITTALS—FOR INFORMATION A. When requested by the Engineer the following product information shall be submitted: 1. Descriptive bulletins. 2. Product sheets. 1.06 SUBMITTALS—FOR CLOSEOUT A. The following information shall be submitted for record purposes prior to final payment. 1. Final as -built drawings and information for items listed in Section 01011. 2. Wiring diagrams. 3. Certified production test reports. 4. Installation information. 5. Seismic certification and equipment anchorage details. 1.07 QUALIFICATIONS A. The manufacturer of the automatic transfer switch shall be the manufacturer of the major components within the assembly. B. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.08 REGULATORY REQUIREMENTS A. All transfer switches shall bear the UL label. B. A certificate of compliance with UL 1008 must be submitted for the transfer switches to be supplied. The certificate is not required if the manufacturer's published data submitted and approved reflect a UL 1008 listing. Proof of UL 1008 listing does not, however, relieve the Contractor of compliance with other provisions of this specification. 164960 Automatic Transfer Switch Page 2 of 9 1.09 DELIVERY, STORAGE, AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. 1.10 FIELD MEASUREMENTS 1.11 OPERATION AND MAINTENANCE MANUALS A. Provide as per Section 01011. B. Operation and maintenance manuals shall include the following information: 1. Instruction books and/or leaflets. 2. Recommended renewal parts list. 3. Drawings and information required by section 1.06. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Cutler -Hammer. B. Square D C. Approved equal 2.02 RATINGS A. The transfer switch shall automatically transfer its load circuit to an emergency or alternate power supply upon failure of its normal or preferred source. B. The transfer switch shall provide complete protection with field adjustable solid-state voltage sensing logic to monitor each phase of the normal power supply. The close differential adjustment shall be factory set to drop out when the monitored voltage drops below 70% of normal and initiate load transfer when the alternate stand-by source becomes available. Upon restoration of the normal source to a pickup level of 90%, the logic shall initiate automatic retransfer of the load circuits to the normal source. 164960 Automatic Transfer Switch Page 3 of 9 C. The transfer switch shall have withstand, closing and interrupting ratings sufficient for the voltage and the available short circuit current at the point of application as shown on the drawings. D. The voltage rating of the transfer switch shall be no less than the system voltage rating. The continuous current rating of the transfer switch shall be no less than the maximum continuous current requirements of the system. E. The transfer switch shall be 100% equipment rated for continuous duty as shown on the drawings and shall conform to the applicable requirements of UL 1008 for emergency system total load. All pilot devices and relays shall be of the industrial type with self-cleaning contacts and rated 10 amperes. G. The automatic transfer switches shall be fully rated to protect all types of loads, inductive and resistive, from loss of continuity of power, without derating, either open or enclosed. A. Transfer switches shall have a minimum 60 cycle withstand rating of 51 kA. The transfer switch shall be rated for application with upstream power circuit breakers and insulated case circuit breakers having short time delay settings of up to 30 cycles. Contacts shall not weld when used with upstream overcurrent protective devices that do not incorporate instantaneous trip units. B. Automatic transfer switch shall be rated 480V, 300A, 3 pole. 2.03 CONSTRUCTION A. The transfer switches shall consist of completely enclosed contact assemblies and a separate control logic panel. The contact assemblies shall be operated by a non-fused motor operator or stored energy mechanism and be energized only momentarily during transfer, providing inherently double throw switching action. Control power for all transfer operations shall be derived from the line side of the source to which the load is being transferred. B. Transfer switches shall be capable of being operated manually under full load conditions. Manual operation shall be accomplished via a permanently affixed manual operator or integrally mounted pushbutton operators located on the face of the contact assemblies. Removable manual operating handles and handles which move in the event that electrical operators should suddenly become energized while performing a manual transfer operation are not acceptable. The manual operator shall provide the same contact -to - contact transfer time as provided under normal automatic operation to prevent possible flashovers from switching the main contacts slowly. In addition, provisions shall be made to allow disengagement of the electrical operator during manual operation. 164960 Automatic Transfer Switch Page 4 of 9 C. Each transfer switch shall be positively interlocked both mechanically and electrically to prevent simultaneous closing of both sources under either automatic or manual operation. Main contacts shall be mechanically locked in position in both normal and emergency positions. Transfer switch shall have an adjustable time delay transition to neutral position to allow safe transfer of highly inductive loads between two non -synchronized sources. A neutral position shall not be possible under normal electrical operation unless a delayed transition accessory is required for switching highly inductive loads. Each transfer switch shall have a lockable manual neutral position for load circuit maintenance. A transfer switch position indicator shall be visible from the front of the switch to show to which source the transfer switch is connected. D. Transfer switches shall be provided with overcurrent trip units and a service entrance label. An external key -operated selector switch shall be provided to disconnect the power supplies. External pilot lights shall indicate the availability of each source as well as breakers in a tripped or disconnected position. Provide a neutral disconnect link for three -pole solid neutral switches, and a neutral -to -ground main bonding jumper for all switches to meet UL service entrance requirements. Ground fault protection shall be provided for all switches rated 1000 amperes or more applied on 480Y/277 volts AC systems in accordance with NEC article 230-95. E. All three-phase four -wire transfer switches used on systems with ground fault equipment shall be true four -pole switched neutral type with all four poles for each source being fully rated and connected to a common shaft. The fourth (neutral) pole contacts shall be of identical construction as, and operate simultaneously with, the main power contacts. Add-on or overlapping neutral contacts are not acceptable. F. Inspection and replacement of all separate arcing contacts (moving and stationary) shall be possible from the front of the transfer switch. G. A solid-state sensing and control logic panel shall be separately mounted from the power switching portion of the transfer switch. The two sections shall be connected by control cables with plug-in connectors. The control section shall be capable of being disconnected from the power section for maintenance purposes. H. The logic circuit shall utilize solid-state components mounted on printed circuit boards to accomplish functions such as timing, time delays, and voltage and frequency monitoring. LEDs shall be furnished to indicate the operation of each solid-state function. Construction shall be such that functions are individually replaceable without requiring replacement of the complete solid-state package. Plug-in modifications shall be available for field installation without voiding the UL label. The transfer switch shall be equipped with a voltage selection plug making it suitable for operation on any voltage from 208 through 600 volts AC, 50 or 60 Hertz, by placing the voltage selection plug in the proper voltage receptacle. Covers shall be used to block off the unused receptacles. 164960 Automatic Transfer Switch Page 5 of 9 2.04 DRAWOUT DESIGN A. Where indicated on the drawings, the transfer switches shall be provided with a drawout mechanism to allow easy access to the molded case switches (insulated case breakers) for preventive maintenance, testing or inspection. The drawout mechanism shall provide visual indicators as to position of the switch/breaker during the drawout operation. B. Inspection and replacement of all separate arcing contacts (moving and stationary) shall be possible from the front of the transfer switch. 2.05 WIRING/TERMINATIONS A. Terminal blocks shall conform to NEMA ICS 4. Terminal facilities shall be arranged for entrance of external conductors from the top or bottom of the enclosure. The main transfer switch terminals shall be suitable for the termination of conductors shown on the plans. 2.06 SEQUENCE OF OPERATION A. Upon loss of phase -to -phase voltage of the normal source to 70% of nominal, and after a time delay, adjustable from 0.5 to 15 seconds, to override momentary dips and/or outages, a 10 ampere, 30VDC contact shall close to initiate starting of the emergency or standby source power plant. Transfer to the alternate source shall take place immediately upon attainment of 90% of rated voltage and frequency of that source. For switches not involving engine generator sets as power plants, transfer shall occur after an adjustable time delay of 1 to 60 seconds to override momentary dips and outages. B. When the normal source has been restored to 90% of rated voltage, and after a time delay, adjustable from 0.5 to 32 minutes (to ensure the integrity of the normal power source), the load shall be retransferred to the normal source. C. A time delay, adjustable from 0.5 to 32 minutes, shall delay shutdown of the emergency or standby power source after retransfer to allow the generator to run unloaded for cool -down, after which the generator shall be automatically shut down. D. If the emergency or standby power should fail while carrying the load, transfer to the normal power supply shall be made instantaneously upon restoration of the normal source to satisfactory conditions. 164960 Automatic Transfer Switch Page 6 of 9 2.07 ENCLOSURE A. Each transfer switch shall have a NEMA 1 general purpose enclosure unless otherwise noted. Provide enclosures suitable for locations as indicated on the drawings and as described below. 1. NEMA 1 surface or flush mounted general purpose enclosures primarily intended for indoor use. 2.08 FINISH A. The enclosure shall be painted with the manufacturer's standard painting procedures to ensure suitability for environmental conditions as referenced in the plans. Color shall be light gray ANSI 61. 2.09 ACCESSORIES A. The following accessories shall be provided: 1. Time delay normal to emergency, adjustable. 2. Time delay emergency to normal, adjustable. 3. Green pilot light to indicate switch in normal position and red pilot light to indicate switch in emergency position. 4. White pilot lights marked "Normal Source" and "Emergency Source" to indicate that respective source voltages are available. 5. Tripped position indicating lights for both sources. 6. Relay auxiliary contacts (2 NO and 2 NC) to indicate transfer switch position and the availability of each source. 7. Hand-held kit for field test and calibration of all plug-in timing and monitoring cards, as well as the output relays from the solid-state logic. B. The following accessories shall also be provided: 1. Time delay engine start, adjustable. 2. Time delay engine cool off, adjustable. 3. Engine start contact. 4. Frequency/voltage relay for emergency source, frequency adjustable from 45 to 60 Hz and voltage fixed at 90% pickup, 70% dropout. 164960 Automatic Transfer Switch Page 7 of 9 5. Delayed transition time delay, adjustable from 0 to 120 seconds, to allow disconnection of the load during transfer in either direction to prevent excessive inrush currents due to out-of-phase switching of large inductive loads. 6. Four -position selector switch permitting four modes of transfer switch operation: "Test" (simulates normal power outage), "Auto" (standard automatic operation), "OFF" (de -energizes control relays and opens the engine start circuit for maintenance purposes), "Engine Start" (retains transfer switch in normal position and initiates a testing of the engine start circuit). Furnish white pilot light for "OFF" indication. C. A transfer switch position indicator shall be visible from the front of the switch to show to which source the transfer switch is connected. D. Provisions to allow pad lock in neutral position. PART 3 EXECUTION 3.01 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest version of UL and NEMA standards. 1. Insulation check to ensure the integrity of insulation and continuity of the entire system. 2. Visual inspection to ensure that the switch matches the specification requirements and to verify that the fit and finish meet quality standards. 3. Mechanical tests to verify that the switch's power sections are free of mechanical hindrances. Electrical tests to verify the complete electrical operation of the switch and to set up time delays and voltage sensing settings of the logic. B. The manufacturer shall provide three (3) certified copies of factory test reports. 3.03 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations and the contract drawings. 164960 Automatic Transfer Switch Page 8 of 9 3.04 FIELD ADJUSTMENTS AND TESTING A. The contractor shall provide a manufacturer's certified field engineer to adjust all timing and voltage settings of the transfer switch as necessary for proper operation and testing of the unit. 3.05 TRAINING A. The contractor shall provide a manufacturer's certified field engineer to train Owner's personnel in operation, maintenance, and general troubleshooting, for a minimum of one (1) day at a time and date to be specified by Owner. Contractor shall provide bound training manuals complete with sectional tabs. END OF SECTION 164960 Automatic Transfer Switch Page 9 of 9 SECTION 165730 OVERCURRENT PROTECTIVE DEVICE COORDINATION STUDY 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. 1.2 SUMMARY A. This Section includes computer-based, fault -current and overcurrent protective device coordination studies. Protective devices shall be set based on results of the protective device coordination study. 1. Coordination of series -rated devices is permitted where indicated on Drawings. 1.3 SUBMITTALS A. Product Data: For computer software program to be used for studies. B. Product Certificates: For coordination -study and fault -current -study computer software programs, certifying compliance with IEEE 399. C. Qualification Data: For coordination -study specialist. D. Other Action Submittals: The following submittals shall be made after the approval process for system protective devices has been completed. Submittals shall be in digital form. 1. Coordination -study input data, including completed computer program input data sheets. 2. Study and Equipment Evaluation Reports. 3. Coordination -Study Report. 1.4 QUALITY ASSURANCE A. Studies shall use computer programs that are distributed nationally and are in wide use. Software algorithms shall comply with requirements of standards and guides specified in this Section. Manual calculations are not acceptable. B. Coordination -Study Specialist Qualifications: An entity experienced in the application of computer software used for studies, having performed successful studies of similar magnitude on electrical distribution systems using similar devices. 165730 Overcurrent Protective Device Coordination Study Page 1 of 7 1. Professional engineer, licensed in the state where Project is located, shall be responsible for the study. All elements of the study shall be performed under the direct supervision and control of engineer. C. Comply with IEEE 242 for short-circuit currents and coordination time intervals. D. Comply with IEEE 399 for general study procedures. PART 2 - PRODUCTS 2.1 COMPUTER SOFTWARE DEVELOPERS A. Available Computer Software Developers: Subject to compliance with requirements, companies offering computer software programs that may be used in the Work include, but are not limited to, the following: B. Computer Software Developers: Subject to compliance with requirements, provide products by one of the following: C. Basis -of -Design Product: Subject to compliance with requirements, provide product by one of the following: 1. CGI CYME. 2. EDSA Micro Corporation. 3. ESA Inc. 4. Operation Technology, Inc. 5. SKM Systems Analysis, Inc. 6. Approved Equal 2.2 COMPUTER SOFTWARE PROGRAM REQUIREMENTS A. Comply with IEEE 399. B. Analytical features of fault -current -study computer software program shall include "mandatory," "very desirable," and "desirable" features as listed in IEEE 399. C. Computer software program shall be capable of plotting and diagramming time -current - characteristic curves as part of its output. Computer software program shall report device settings and ratings of all overcurrent protective devices and shall demonstrate selective coordination by computer-generated, time -current coordination plots. 1. Optional Features: a. Arcing faults. b. Simultaneous faults. c. Explicit negative sequence. d. Mutual coupling in zero sequence. 165730 Overcurrent Protective Device Coordination Study Page 2 of 7 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine Project overcurrent protective device submittals for compliance with electrical distribution system coordination requirements and other conditions affecting performance. Devices to be coordinated are indicated on Drawings. 1. Proceed with coordination study only after relevant equipment submittals have been assembled. Overcurrent protective devices that have not been submitted and approved prior to coordination study may not be used in study. 3.2 POWER SYSTEM DATA A. Gather and tabulate the following input data to support coordination study: 1. Product Data for overcurrent protective devices specified in other Division 16 Sections and involved in overcurrent protective device coordination studies. Use equipment designation tags that are consistent with electrical distribution system diagrams, overcurrent protective device submittals, input and output data, and recommended device settings. 2. Impedance of utility service entrance. 3. Electrical Distribution System Diagram: In hard -copy and electronic -copy formats, showing the following: a. Circuit -breaker and fuse -current ratings and types. b. Relays and associated power and current transformer ratings and ratios. c. Transformer kilovolt amperes, primary and secondary voltages, connection type, impedance, and X/R ratios. d. Generator kilovolt amperes, size, voltage, and source impedance. e. Cables: Indicate conduit material, sizes of conductors, conductor material, insulation, and length. f. Busway ampacity and impedance. g. Motor horsepower and code letter designation according to NEMA MG 1. 4. Data sheets to supplement electrical distribution system diagram, cross- referenced with tag numbers on diagram, showing the following: a. Special load considerations, including starting inrush currents and frequent starting and stopping. b. Transformer characteristics, including primary protective device, magnetic inrush current, and overload capability. c. Motor full -load current, locked rotor current, service factor, starting time, type of start, and thermal -damage curve. d. Generator thermal -damage curve. e. Ratings, types, and settings of utility company's overcurrent protective devices. 165730 Overcurrent Protective Device Coordination Study Page 3 of 7 f. Special overcurrent protective device settings or types stipulated by utility company. g. Time -current -characteristic curves of devices indicated to be coordinated. h. Manufacturer, frame size, interrupting rating in amperes rms symmetrical, ampere or current sensor rating, long-time adjustment range, short -time adjustment range, and instantaneous adjustment range for circuit breakers. i. Manufacturer and type, ampere -tap adjustment range, time -delay adjustment range, instantaneous attachment adjustment range, and current transformer ratio for overcurrent relays. j. Panelboards, switchboards, motor -control center ampacity, and interrupting rating in amperes rms symmetrical. 3.3 FAULT -CURRENT STUDY A. Calculate the maximum available short-circuit current in amperes rms symmetrical at circuit -breaker positions of the electrical power distribution system. The calculation shall be for a current immediately after initiation and for a three-phase bolted short circuit at each of the following: 1. Motor -Control Center. B. Study electrical distribution system from normal and alternate power sources throughout electrical distribution system for Project. Include studies of system - switching configurations and alternate operations that could result in maximum fault conditions. C. Calculate momentary and interrupting duties on the basis of maximum available fault current. D. Calculations to verify interrupting ratings of overcurrent protective devices shall comply with IEEE 241 and IEEE 242. 1. Transformers: a. ANSI C57.12.10. b. ANSI C57.12.22. c. ANSI C57.12.40. d. IEEE C57.12.00. e. IEEE C57.96. 2. Medium -Voltage Circuit Breakers: IEEE C37.010. 3. Low -Voltage Circuit Breakers: IEEE 1015 and IEEE C37.20.1. 4. Low -Voltage Fuses: IEEE C37.46. E. Study Report: 1. Show calculated X/R ratios and equipment interrupting rating (1/2 -cycle) fault currents on electrical distribution system diagram. 165730 Overcurrent Protective Device Coordination Study Page 4 of 7 2. Show interrupting (5 -cycle) and time -delayed currents (6 cycles and above) on medium- and high-voltage breakers as needed to set relays and assess the sensitivity of overcurrent relays. F Equipment Evaluation Report: 1. For 600-V overcurrent protective devices, ensure that interrupting ratings are equal to or higher than calculated 1/2 -cycle symmetrical fault current. 2. For devices and equipment rated for asymmetrical fault current, apply multiplication factors listed in the standards to 1/2 -cycle symmetrical fault current. 3. Verify adequacy of phase conductors at maximum three-phase bolted fault currents; verify adequacy of equipment grounding conductors and grounding electrode conductors at maximum ground -fault currents. Ensure that short-circuit withstand ratings are equal to or higher than calculated 1/2 -cycle symmetrical fault current. 3.4 COORDINATION STUDY A. Perform coordination study using approved computer software program. Prepare a written report using results of fault -current study. Comply with IEEE 399. 1. Calculate the maximum and minimum 1/2 -cycle short-circuit currents. 2. Calculate the maximum and minimum interrupting duty (5 cycles to 2 seconds) short-circuit currents. 3. Calculate the maximum and minimum ground -fault currents. B. Comply with IEEE 241 recommendations for fault currents and time intervals. C. Transformer Primary Overcurrent Protective Devices: 1. Device shall not operate in response to the following: a. Inrush current when first energized. b. Self -cooled, full -load current or forced -air-cooled, full -load current, whichever is specified for that transformer. c. Permissible transformer overloads according to IEEE C57.96 if required by unusual loading or emergency conditions. 2. Device settings shall protect transformers according to IEEE C57.12.00, for fault currents. D. Motors served by voltages more than 600 V shall be protected according to IEEE 620. E. Conductor Protection: Protect cables against damage from fault currents according to ICEA P-32-382, ICEA P-45-482, and conductor melting curves in IEEE 242. Demonstrate that equipment withstands the maximum short-circuit current for a time equivalent to the tripping time of the primary relay protection or total clearing time of the fuse. To determine temperatures that damage insulation, use curves from cable manufacturers or from listed standards indicating conductor size and short-circuit current. 165730 Overcurrent Protective Device Coordination Study Page 5 of 7 F. Coordination -Study Report: Prepare a written report indicating the following results of coordination study: 1. Tabular Format of Settings Selected for Overcurrent Protective Devices: a. Device tag. b. Relay -current transformer ratios; and tap, time -dial, and instantaneous - pickup values. c. Circuit -breaker sensor rating; and long-time, short -time, and instantaneous settings. d. Fuse -current rating and type. e. Ground -fault relay -pickup and time -delay settings. 2. Coordination Curves: Prepared to determine settings of overcurrent protective devices to achieve selective coordination. Graphically illustrate that adequate time separation exists between devices installed in series, including power utility company's upstream devices. Prepare separate sets of curves for the switching schemes and for emergency periods where the power source is local generation. Show the following information: a. Device tag. b. Voltage and current ratio for curves. c. Three-phase and single-phase damage points for each transformer. d. No damage, melting, and clearing curves for fuses. e. Cable damage curves. f. Transformer inrush points. g. Maximum fault -current cutoff point. G. Completed data sheets for setting of overcurrent protective devices. 3.5 ARC FLASH STUDY A. Perform arc flash study using approved computer software program. Prepare a written report using results of fault -current study. Comply with IEEE 1584-2004a. The supplier shall supply a comprehensive report that includes: • Report summary with analysis methodology, findings and recommendations • Summary of input data for utility source, equipment and cables • Available fault current at each equipment location with comparison to equip- ment rating • Overcurrent device settings (e.g. pick-up, time delay, curve), "as found" and "as recommended" • Incident energy level (calories/cm2) for each equipment location and recom- mended PPE • Overcurrent device coordination curves including related section of the sin- gle -line diagram • Complete system single -line diagram for the system analyzed 165730 Overcurrent Protective Device Coordination Study Page 6 of 7 B. Labels Based on the results of the incident energy study, the supplier shall produce and install a warning label (orange <40 cal/cm2) or danger label (red > 40 cal/cm2) for each piece of equipment as specified in "Section A" in accordance with ANSI Z535.4-2002. The label must be readable in both indoor and outdoor environments for at least 3 years and con- tain the following information: • Arc hazard boundary (inches) • Working distance (inches) • Arc flash incident energy at the working distance (calories/ cm2) • PPE category and description including the glove rating • Voltage rating of the equipment • Limited approach distance (inches) • Restricted approach distance (inches) • Prohibited approach distance (inches) • Equipment/bus name • Date prepared • Supplier name and address C. Equipment Verification/Operation The validity of the arc flash study and incident energy readings is in part based on prop- er setting of overcurrent device trip times and the proper operation of the overcurrent devices and breakers themselves. The supplier shall verify proper operation of overcur- rent devices and breakers using InterNational Electrical Testing Association (NETA) qualified technicians. END OF SECTION 165730 Overcurrent Protective Device Coordination Study Page 7 of 7 SECTION 169200 PACKAGED CONROL ROOM (PCR) PART 1 GENERAL 1.01 SCOPE A. The specification covers requirements applicable to the provision of Packaged Control Rooms (PCR). The PCR 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). 169200 Packaged Control Room Page 1 of 7 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 PCR 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 PCR. PART 2 PRODUCTS 2.01 PACKAGED CONTROL ROOM (PCR) A. The PCR 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. 169200 Packaged Control Room Page 2 of 7 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 zinc plated. Welding of galvanized steel and rivets shall not be an acceptable method of exterior fastening. The building shall be provided with a minimum of two (2) entrance doors. The doors shall be double wall construction, with brushed aluminum, panic door hardware 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 169200 Packaged Control Room Page 3 of 7 gasket, drip shields/water flashing, "DANGER, HIGH VOLTAGE, KEEP OUT" sign, and a 12 -inch removable transom 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 4' LED strip 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 100 -watt LED 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 169200 Packaged Control Room Page 4 of 7 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. 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 #410 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 cadmium plated 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 169200 Packaged Control Room Page 5of7 switchgear ground bus. Four (4) 4 -hole ground pads shall be located at the corners of the building. PART 3 EXECUTION 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 PCR 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. B. The PCR manufacturer shall include in his costs associated with Engineer's factory inspection of the PCR 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 PCR for inspection. Provide detailed itinerary for each party. Owner shall forward names of individuals to contractor. 3.03 INSTALLATION A. Install the PCR enclosure as a complete assembly with all equipment factory installed and pre -wired. B. Install on pier 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. 169200 Packaged Control Room Page 6 of 7 PART 4 SUBMITTALS 4.01 THE SUPPLIER SHALL PROVIDE THE FOLLOWING SUBMITTALS: A. Any quality plans, forms, or procedures deemed necessary by the customer. 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 169200 Packaged Control Room Page 7 of 7 SECTION 169800 LEVEL TRANSMITTER 1.0 GENERAL REQUIREMENTS: 1.01 SCOPE This specification shall govern for all work necessary to furnish, install and place into operation all instruments required to complete the project. 1.02 SUPPLIERS All instruments shall be furnished and installed by the contractor as indicated on drawings and as specified herein for a complete and working system. 2.0 PRODUCTS/MATERIALS 2.01 LEVEL TRANSMITTER: The liquid level transmitter shall be a piezoresistive sensor suitable for water/waste water, and wet well depth measurement applications. Transmitter shall be as follows: a. Input 12-30Volt DC b. Output 4-20ma 2 wire c. Accuracy 0.25% of span d. Operating Temperature +15 deg F to 122 deg F e. Electrical connection Vented watertight cable connection f. Wetted parts 316 and 304 Stainless steel g. Transmitting fluid Silicon Oil Cable shall be of sufficient length from sensing point to receiver without splicing. Provide cable clamp, junction box, vented tube, and sensor weight. Transmitter shall be as manufactured by Wika model #LS -10. PART 3.0 INSTALLATION 3.01 OPERATION AND MAINTENANCE MANUALS: The manufacturer shall furnish to the Engineer 4 sets of complete installation, operation and maintenance instructions for the equipment furnished under this specification. The information furnished shall include erection drawings, "as -built" drawings of electrical equipment, assembly details, parts lists and flow tables corresponding to the staff gauge graduations. 169800 Level Transmitter Page 1 of 2 3.02 SUITABILITY CERTIFICATION As part of the submittal data required above, the General Contractor shall submit a certification stating that the manufacturer's authorized representative for the equipment furnished under this section has studied the Contract Documents (drawings and specifications), questioned the General Contractor and/or the Engineer to determine the conditions affecting this equipment and hereby certifies that they should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. END OF SECTION 169800 Level Transmitter Page 2 of 2 SECTION 169900 ULTRASONIC FLOW MEASURING EQUIPMENT 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install flow meter to measure the wastewater flow. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in the Special Provisions. 1.03 GENERAL A. LIQUID TO BE MEASURED The liquid to be measured is raw wastewater. 1.04 FLOW RANGE A. 0-4000 GPM 1.05 SUBMITTAL DATA Before manufacture, the Contractor shall submit 8 sets of detailed drawings, detailed specifications, installation and other pertinent information for the Engineer's review and approval. As part of the submittal data required above, the Contractor shall submit a certification stating that the manufacturer's authorized representative for the equipment furnished under this section has studied the Contract Documents (drawings and specifications), questioned the Contractor and/or the Engineer to determine the conditions affecting this equipment, and hereby certifies that it should be suitable for use on this project and should require no more than normal maintenance if not damaged or abused. 1.06 OPERATIONAL AND MAINTENANCE MANUAL The manufacturer shall furnish the Engineer with 4 sets of complete operation and maintenance instructions. 2.0 PRODUCTS/MATERIALS 169900 Ultrasonic Flow Measuring Equipment Page 1 of 3 2.01 FLOW METER The flow meter shall be a fixed ultrasonic flowmeter based on the transit time measurement method for measuring flow rates of relatively clean homogeneous liquids utilizing clamp -on sensors. System shall be composed of a converter and detector set. The flow meter shall provide a repeatable accuracy of ±0.5% of velocity for velocities greater than 1.0 FPS and ±1.5% to ±2.0% of velocity for velocities less than 1.0 FPS. The flow meter sensor shall be mounted on a 12" PVC pipe. The flow meter shall be Fuji Electric Time Delta S Ultrasonic Flow Meter Model FLV as manufactured by FUJI ELECTRIC CORPORATION, and distributed in Texas by Lone Star International Corporation, New Braunfels, TX (830) 626-7474. 2.02 DIGITAL DISPLAY PANEL A. LCD Integral Digital Display with Back Light Configurable from keypad to display flow rate and totalizer values, velocity or output range. Flow shall be totalized on a 9 digit, non-resetable. It shall provide a cumulative total of the measured flow. The counter shall not reset or lose data in the event of a power failure or system shut down. 2.03 ULTRASONIC DETECTOR A single, surface -mounted "Submersible Detector Set" Part No. FLW41S consisting of two [2] universal sensors for 2" to 72" pipe diameters capable of transmitting and receiving the ultrasonic signal shall be provided. Each sensor shall mount on the outside of the pipe wall with stainless steel bands. No part of the sensor shall penetrate the pipe line. The detector shall have a Polyurethane housing with stainless steel cover plate and stainless steel mounting bracket. All necessary cable between the ultrasonic detector and the electronic processor and transmitter shall be provided by the manufacturer. 2.04 ENCLOSURE The converter shall be housed in a copper aluminum alloy, coated with epoxy paint, rated NEMA 6 with a hinged cover having a clear window for viewing the display panel. The converter enclosure shall be mounted inside an auxiliary enclosure (separate enclosure) which shall be of fiberglass construction and rated NEMA 3R. The auxiliary enclosure shall have stainless steel luggage latches and a piano hinge. 2.05 ELECTRICAL CONNECTIONS The flow meter converter shall have electrical connections for 120 volt, 60 hertz. 169900 Ultrasonic Flow Measuring Equipment Page 2 of 3 PART 3 — EXECUTION 3.01 INSTALLATION: Install the flowmeter according to the manufacturer's recommendations. 3.02 STARTUP: A representative of the flowmeter manufacturer shall assist the Contractor with the field checkout, calibration, startup, and testing. 3.03 FIELD TEST REPORT: Submit a written test report showing the tests performed and the results of each test. The manufacturer's representative shall make the statement on the test report that the field test data falls within the manufacturer's recommended limits and that flowmeter and associated equipment installation is acceptable to the representative. END OF SECTION 169900 Flow Measuring Equipment Page 3 of 3 APPENDIX A GEOTECHNICAL REPORT Appendix A SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED SHARPSBURG LIFT STATION CITY OF CORPUS CHRISTI PROJECT NO. 7389 UP RIVER ROAD & SHARPSBURG ROAD CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G109182 PREPARED FOR CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 SEPTEMBER 1, 2009 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION NO. - 2101 September 1, 2009 City of Corpus Christi Department of Engineering Services Post Office Box 9277 Corpus Christi, Texas 78469-9277 Attention: Mr. Pete Anaya, P.E. Director of Engineering Services • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED SHARPSBURG LIFT STATION City of Corpus Christi Project No. 7389 Up River Road & Sharpsburg Road Corpus Christi, Texas RETL Job Number — G109182 Mr. Anaya: In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one copy of which is being transmitted herewith. In addition, two copies are being forwarded to Mr. Donnie Rehmet, P.E., representing Coym, Rehmet & Gutierrez Engineering, Inc. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL) would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Christopher A. Rock, P.E. Branch Manager ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS, 78409-1703 18847 REDLAND ROAD #202 • SAN ANTONIO, TEXAS, 78259 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM AND FOUNDATION RECOMMENDATIONS FOR THE PROPOSED SHARPSBURG LIFT STATION CITY OF CORPUS CHRISTI PROJECT NO. 7389 UP RIVER ROAD & SHARPSBURG ROAD CORPUS CHRISTI, TEXAS RETL JOB NUMBER: G109182 PREPARED FOR CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 SEPTEMBER 1, 2009 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION NO. - 2101 �oFr,�e ® pZ ,... ,F OQ d g'�. 'qd' tr C2 :* CHRISTOPHER A. ROCK ieN %61 95866 ilk Christopher A. Rock, P.E. i0 sjo'Nrikt�o Branch Manager 00aaaeN. TABLE OF CONTENTS INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 1 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Observations and Measurements 3 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 4 General 4 Soil Conditions 4 Groundwater Conditions 5 OSHA Soil Type Classification 6 FOUNDATION DISCUSSION 7 Project Description 7 PVR Discussion 7 FOUNDATION RECOMMENDATIONS 8 Slab -On -Grade Recommendations 8 CONSTRUCTION CONSIDERATIONS 9 Site Preparation 9 Select Fill 10 Earthwork and Foundation Acceptance 10 Vapor Retarder 10 Utilities 11 Expansion Joints 11 Excavations 11 Dewatering Construction Considerations 12 GENERAL COMMENTS 13 APPENDIX Boring Location Plan Boring Logs B-1 and B-2 Key to Soil Classifications and Symbols September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation analysis for the proposed Sharpsburg Lift Station (City of Corpus Christi Project No. 7389) to be constructed near the intersection of Up River Road and Sharpsburg Road located in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and Coym, Rehmet & Gutierrez, L.P. Authorization The work for this project was performed in accordance with RETL Proposal No. P052009D (Revision No. 2) dated August 7, 2009. The scope of work was approved and incorporated into a City of Corpus Christi's, "AGREEMENT FOR CQNSTRUCTION MATERIALS ENGINEERING LABORATORY'S INSPECTION AND MATERIALS TESTING SERVICES." Purpose and Scope The purpose of this exploration was to evaluate the existing soil conditions at the lift station location, provide foundation recommendations for the proposed lift station and soil parameters needed by the contractor/engineer to design excavation protection. In addition, prospective contractors will utilize the information provided in this report during the bidding process. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface materials, provision of recommendations and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide foundation recommendations for the proposed lift station, provide soil conditions and soil parameters needed by the engineer/contractor to design the excavation protection. The recommendations submitted for the proposed project are based on the available soil information and the preliminary design details provided by Mr. Donnie Rehmet, P.E., representing Coym, Rehmet & Gutierrez, L.P. If the foundation designer requires additional soil parameters to complete the design of the proposed foundation and the requested information can be determined from the data obtained within the agreed scope of work provided in the proposal, then RETL will provide this information as a supplement to this report. 1 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road 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 D 3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of City of Corpus Christi and Coym, Rehmet & Gutierrez Engineering, L.P. for the specific purpose of the proposed Sharpsburg Lift Station to be constructed near the intersection of Up River Road and Sharpsburg Road located in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the foundation bearing materials, included reconnaissance of the project site, performing the test boring operations and obtaining disturbed split spoon soil samples and a relatively undisturbed Shelby tube sample. During the sample recovery operations, the soils encountered were classified and recorded on the poring logs in accordance with, "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D 5434)." Two borings were performed for the purpose of providing foundation recommendations for the proposed project. The table below provides the boring number, GPS coordinates and boring depth: BORING INFORMATION BORING NO. GPS COORDINATES BORING DEPTH B -I N 27° 51.675' W 97° 36.801' 15' B-2 N 27°51.711'W 97°36.801' 25' } Coym, Rehmet & Gutierrez Engineering, Inc. determined the number, depth and location of the borings. RETL located the borings in the field and performed the boring operations. 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. GPS coordinates, obtained at the boring locations using a commercially available GPS, are provided on the boring logs. A Boring Location Plan, which is a reproduction of a drawing provided to RETL by Coym, Rehmet & Gutierrez Engineering, L.P., is provided in the Appendix of this report. 2of14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. R ETL Job No.: G109182 Drilling and Sampling Procedures PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas 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 D 1586)." An undisturbed sample was obtained using thin-wall tube sampling procedures in accordance with "Thin Walled Tube Sampling of Soils, (ASTM 1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the soil samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Observations and Measurements 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 are 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 and immediately upon completion of performing the test boring operations. The water level observations are provided in this report and 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, lake or bay 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 were not provided at the boring locations. Therefore, all depths referred to in this report are from the actual ground surface elevations at the boring locations during the time of our field investigation. 3 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas 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 proposed structure at this site. The laboratory testing program included supplementary visual classification (ASTM D 2487) and water content tests (ASTM D 2216) on all samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D 4318) and percent material finer than the #200 sieve (ASTM D 1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D 2166). Estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of foundation bearing materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, pocket penetrometer test value, strength tests, 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 actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The soil conditions encountered at the boring locations have been summarized and are provided in the following table: 4of14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 Soil Profile Table PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas D DESCRIPTION C 4 C' 4>' Ke KP Ye 0-4 CLAYEY Sand & FILL 1800 0 520 25 0.40 2.5 120 4-23 Fat/Lean CLAY & CLAYEY Sand 500 0 200 17.5 0.55 1.8 55 23-30 Silty Clayey SAND 0 28 0 28 0.36 2.8 55 Note: Test boring B-1, in the vicinity of the force main, was terminated at a depth of 15 -feet. Where: D =Depth in Feet C= Undrained Shear Strength (psi) (IP Undrained Angle of Internal Friction (degrees) C'= Drained Shear Strength (psf) 4>'= Drained Angle of Internal Friction (degrees) Ke Active Earth Pressure Coefficient f► Kp= Passive Earth Pressure Coefficient e= Effective Unit Weight (pcf) The soil parameters provided in the table above should be used for the design of a braced excavation. The trench protection should be designed to provide the most conservative design. It should be noted that the values provided in the table above are based on the soil strengths and soil densities encountered in the field. Empirical formulas were used to correlate undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. The active and passive earth pressure coefficients for the clay soils encountered 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." Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs provided in the Appendix. Groundwater Conditions Groundwater (GW) observations and the depths the boring caved are provided in the following table: 5 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas GROUNDWATER OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION 24-HOUR DELAYED READING B -I Dry Dry and Open GW at 6' and Caved at 11' B-2 18' GW at 6' and Caved at 18' 6" GW at 4' and Caved at 16' It should be noted that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 30 -feet based on the soils encountered at the boring locations: D DESCRIPTION OSHA Soil Type Classification 0-4 Clayey Sand TYPE B 4-23 Fat/Lean Clay & Clayey Sand TYPE C 23-30 Silty Clayey Sand 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 %: Horizontal : 1 Vertical Type B 1 Horizontal : 1 Vertical Type C 1 '4 Horizontal : 1 Vertical 6 of 14 September 1, 2009 Attn.: Mr. Pete Apaya, P.E. RETL Job No.: G 109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. FOUNDATION DISCUSSION Project Description Based on the information provided to RETL, the project will include rehabilitating the lift station. It is understood the depth is approximately 30 -feet. The lift station and braced excavations should be designed using the soil parameters included in the "Soil Conditions" section of this report. Additionally, shallow slab -on -grade foundations will be constructed to support associated buildings and equipment. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at boring location B-1 are predominately high in plasticity. Therefore, the calculated maximum potential vertical rise (PVR) at this site is on the order of 2 -inches. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of active zone, estimated to extend to a maximum depth of 8 to 10 -feet, and the Atterberg limits test results of the soils encountered within the active zone. The estimated PVR value provided is based on the floor system applying a sustained surcharge load of approximately 1.0 pound per square inch on the subgrade soils. The value represents the vertical rise that can be experienced by dry subsoils if they are subjected to conditions that allow them to become saturated, such as poor drainage. Using dry soil conditions to calculate the PVR is generally considered the worst case scenario. The actual movement of the subsoils is dependent upon their change in moisture content. Differential vertical movements can potentially be equal to the expected total movements. Differential vertical movements associated with the soils at this site may occur over a distance of 8 to 10 -feet, or approximately the depth of the active zone, within the footprint of a slab -on -grade. Undercutting the natural expansive soils at this site and replacing them with properly compacted non -expansive select fill soils should reduce the PVR. The resulting reduction in PVR at this site, utilizing undercutting and replacement operations, are included in the following table: 7 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas Required Undercut Depth (ft) Select Fill Thickness (ft) Calculated PVR (in) 1 2 1.4 2 3 1.0 Based on our calculations, to reduce the PVR to approximately 1 -inch, it will be necessary to remove the expansive soils to a depth of 2 -feet, moisture condition and compact the exposed subgrade soils, and place a minimum of 3 -feet of properly compacted non -expansive select fill soils into the excavation. The recommended site improvement operations will result in a finished concrete floor slab elevation 1 1/2 -feet above the average existing grade at the site. Additional, undercutting and replacement may be required to further reduce the PVR based on architectural or structural considerations or if the finished floor slab elevation is something other than 1 '/2 -feet above the average existing grade at the site. FOUNDATION RECOMMENDATIONS Slab -on -Grade Recommendations Slab -on -grade foundations are feasible to support small equipment and buildings associated with the proposed lift station planned for construction at this site, provided some differential movement within the structure can be tolerated. It should be noted that rigid exterior walls and interior partitions are subject to distress with even the slightest soil related foundation movements. Interior and exterior grade beams should be founded a minimum of 2 to 2 %Z -feet, respectively, below the finished floor slab elevation. Interior and exterior grade beams founded within properly compacted non -expansive select -fill soils can be designed for a net allowable unit soil bearing pressure of 2,000 psf. The net allowable unit soil bearing pressure provided utilizes a safety factor of 3. The beams should be a minimum of 12 -inches wide to reduce the potential for localized shear failure, and the beams should be spaced a maximum of 17 -feet apart, in both directions. The Structural Engineer may vary beam depths and spacing based on his/her 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: 8of14 1 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas WRI Design Criteria Climatic Rating (Cw) 17 Effective Plasticity Index 28 Soil/Climatic Rating Factor (1-C) 0.14 Maximum Beam Spacing (ft) 17 WRI slab design criteria provided above takes into account that the natural expansive clay subgrade soils at this site are removed to a depth of 2 -feet, the exposed subgrade soils are moisture conditioned and compacted and a minimum of 3 -feet of properly compacted non - expansive select fill soils are placed into the excavation to achieve a finished concrete floor slab elevation at least 1 1/2 -feet above the average existing grade at the site in order to reduce the PVR to approximately 1 -inch. If site improvements are not performed, the Effective Plasticity Index will be higher than that listed above and RETL should be contacted to provide the correct value based on the desired slab performance level and the thickness of select fill to be used. A soil supported floor slab is subject to soil movements, as discussed earlier in this report. Even slight differential movements may cause distress to interior wall partitions and rigid exterior 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. CONSTRUCTION CONSIDERATIONS Site Preparation In areas where a soil -supported floor slab is to be constructed, the site preparation to reduce the PVR to 1 -inch will require removal of all of the pavement materials, natural in-situ subgrade clay soils, vegetation and all loose or excessively organic materials to a minimum depth of 2 -feet and the excavation should extend a minimum of 5 -feet outside the perimeter of the proposed structure (building and any appurtenances including sidewalks, ramps, porches, stoops and canopies constructed adjacent to the building). The exposed subgrade soils should be compacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor (ASTM D 698) and at, or above, the optimum moisture content. If any soft areas are identified, the soils should be removed and recompacted in place. Upon completion of the subgrade preparations, 3 -feet of properly compacted non -expansive select fill soils shall be placed into the excavation in order to achieve concrete floor slab elevation 1 '/2 -feet above the average existing grade at the site. Excavation of grade beams may proceed after placement of select fill is complete. 9of14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. R ETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas Select Fill Imported select fill material used at this site shall be homogenous, free from organics, and clay balls, and other deleterious materials and shall have a maximum liquid limit of 40 percent and a plasticity index (PI) between 7 and 18. The select fill soils shall have a minimum of 35 percent passing the #200 sieve and no soil particles exceeding 1 '/s -inches will be permitted. The fill should be placed in no greater than 8 -inch thick loose lifts and then compacted to a minimum density of 95 percent of the maximum dry density as determined by the standard Proctor (ASTM D 698) and at, or above, the optimum moisture content. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation bearing levels if the excavation remains open for long periods of time. Therefore, it is recommended that the foundation excavation be extended to final grade and the foundation be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation bearing level should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the foundation excavation and be replaced with properly compacted non -expansive select fill prior to placement of concrete. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation and select fill placement. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted, non -expansive select fill soils at a rate of one test per 3,000 square feet or a minimum of three in-place nuclear tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. Vapor Retarder A vapor retarder, with a permeance of less than 0.3 US perms (ASTM E 96), should be placed under any concrete floor slab, on the ground, to reduce the transmission of water vapor from the supporting soil through the concrete slab and to function as a slip sheet to reduce subgrade drag friction. Polyethylene film, with a minimum thickness of 10 mils (0.25 mm), is typically used for reduced vapor transmission and durability during and after its installation. The vapor retarder should be installed according to the ASTM E 1643, "Standard Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs." 10 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas All penetrations through the vapor retarder should be sealed to ensure its integrity. The vapor retarder should be taped around all openings to ensure the effectiveness of the barrier. Grade stakes should not be driven through the barrier and care should be taken to avoid punctures during .reinforcement and concrete placement. Placement of slab concrete directly on the vapor retarder increases the risks of surface dusting, blistering and slab curling making good concrete practice critical. A low water to cement ratio concrete mix design, combined with proper and adequate curing procedures, will help ensure a good quality slab. Where vapor transmission is not a concern, elimination of the vapor retarder may provide improvements in finishing characteristics and reductions in the risks of surface dusting, blistering and slab curling. However, exposure of portions of the subgrade, or granular layer, such as at blockouts for columns or utility penetrations, to inclement weather during construction, may create excessive or deficient moisture conditions beneath portions of the slab that have already been placed. Blockouts for slab penetrations should be protected if a vapor retarder is omitted. ACI 302.1R-96, "Guide for Concrete Floor and Slab Construction," recommends that a vapor retarder or vapor barrier be used only when required by the specific application. Utilities Utilities that project through a floor 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 structure. 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. Excavations The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. All excavations should comply with applicable local, state and federal safety regulations including the current OSHA Excavation and Trench Safety Standards. We are providing this information solely as a service to our client. Under no circumstances should the information provided herein be interpreted to mean that RETL is assuming responsibility for construction site safety or the contractor's activities; such responsibility is not being implied and should not be inferred. In no case should slope height, slope inclination or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. Specifically, the current OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926, should be followed. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. 11 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas The contractor's "responsible person," as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. For excavations, including a trench, extending to a depth of more than 20 -feet, it will be necessary to have the side slopes designed by a professional engineer licensed in the State of Texas. The contractor's "responsible person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the contractor's "responsible person" should establish protective measures for exposed slope faces. Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations, it appears that dewatering may be required to construct the proposed lift station and, depending on the proposed depth, when installing the connecting underground utility lines. 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. Dewatering may induce settlements of the subsurface soils either by increasing the effective stresses exerted on the soils or by physically displacing the soils during dewatering operations. These settlements may be severe enough to cause settlement or distress to existing structures in the vicinity of the dewatering operations. It is highly recommended that the dewatering contractor be aware of this potential and address any possible settlement issues ahead of time by properly designing the dewatering system and closely monitoring the dewatering operations along with the site grade elevations. 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. 12 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas To dewater an area, a series of well points may be installed around the perimeter of the area. The groundwater level within the perimeter will be lowered when the well -point system is put in operation. The spacing of the well points varies according to the soil type and depth of dewatering. Spacing conventionally varies between 3 and 10 -feet. With the type of pumping equipment conventionally used for well points, the depth of dewatering that can usually be achieved by a single line of well points located around the perimeter of an excavation is about 18 to 20 -feet. This is due to the limit on the practical lifting, or suction, capacity of the pumping equipment. Lowering the water table through a greater distance may require the use of a two (or more) stage (multistage) installation. Where a two- stage installation is required, the well points for the first stage of drawdown are located near the extreme perimeter limits of the area that can be excavated, and are put into operation. Well points for the second stage are subsequently located within the area that has been excavated, near to the bottom elevation that has been dewatered by the first stage. The second stage well points then lower the water table to the additional depth necessary to complete the excavation in dry conditions. Subsurface water that flows in an upward direction into an excavation area that is being dewatered imparts a seepage force that tends to loosen the soil, reducing the soil strength. The change in strength should be considered in designing excavation bracing and foundations. Where excavations are to extend more than a few feet below groundwater level, open ditches or pits may not be practical, and more advanced methods may be required. Other methods of dewatering are available and may be more cost effective than those mentioned above. Additional information concerning dewatering may be obtained from a contractor whose specialty is dewatering. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation excavation prior to concreting in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundation if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. 13 of 14 September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas 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 .`r .17 •.0 II "� \ ii' UP RIVER ROAD i! September 1, 2009 Attn.: Mr. Pete Anaya, P.E. RETL Job No.: G109182 BORING LOCATION PLAN NO SCALE PROPOSED SHARPSBURG LIFT STATION Up River Road & Sharpsburg Road Corpus Christi, Texas ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TX 78409 (361) 883-4555 FIELD DATA LOG OF BORING 13-1 Rock Engineering & Testing Lab„ inc. 6817 Leopard St, Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 LABORATORY DATA SOIL SYMBOL •• • s• •y • • ••• •• ••••• a_ 0 0 0 J 1-- W 0 0 O 0 z 0 1- N 0 0 0 m 0 O c 0 0 C 0 0 a J >_ W 0 5 10 - 15 - SAMPLE NUMBER SS S-1 SS S-2 SS S-3 SS 8-4 SS 8-5 SS S-6 0 J 1\0 z 0 fr z z �w — 0 d Q Z (f).020 0°0OUO are N-- 12 N= 5 N=5 `N= 3 AN =1 N= 3 MOISTURE CONTENT (%) 7 17 24 31 23 ATTERBERG LIMITS LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX LL PL PI 49 50 19 28 18 18 15 31 32 13 F- 0 Z (n W 0 Z 12 O 0 0- MINUS NO. 200 SIEVE (%) 45 74 36 SHEET 1 of 1 CLIENT: City of Corpus Christi PROJECT: Prop. Sharpsburg Lift Station (#7389) LOCATION: Sharpsburg Rd.; Corpus Christi, TX NUMBER: G109182 DATE(S) DRILLED: 08/13/09 - 08/13/09 DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. 24 -Hour Delayed Readings: GW al 6' and caved at 11'. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM CLAYEY SAND, grayish brown, dry, stiff, possible fill. (SC) Same as above, very dark grayish brown, firm. FAT CLAY, with sand, very dark gray, moist, firm. Same as above, dark gray and gray, soft. (CH) CLAYEY SAND light bluish gray and light gray, moist, very soft. Same as above, Tight brown, soft. (SC) Boring was terminated at a depth of 1.5 -feet. N - STANDA P - POCKET T - POCKET RD PENE PENETR� TORVAN RATION METER SHEAR TES RESI STR T T RE STA ENG SIST NCE TH ANCE REMARKS: Boring depth and location was determined by Coym, Rehmet & Gutierrez, LP. Baring operations were performed by RETL. GPS Coord. N 27' 51.675' W 97° 36.801' LOG OF BORING B-2 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 FIELD DATA LABORATORY DATA SOIL SYMBOL ILL 0 SAMPLE NUMBER W ii z 0 z it 0 W W Odff� om Cn Z W OO Z �I--�wo Z a l oct - MOISTURE CONTENT (%) A TTERB LIMIT ERG 5 Fr: LIQUID LIMIT PLASTIC LIMIT PL X W z 0 Ul PI 0 SS 5-1 SS S-2 S5 5-3 10 - - 15 5- - O 20 - 25 - SS S-4 SH S-5 ss S-6 SS S-7 5S S-8 N= 17 N= 6 N= 5 N= 6 P= 0.5 7 15 19 22 18 28 30 14 14 14 16 SS S-9 N= 4 N= 2 N= 7 N= 20 18 20 25 19 MINUS NO. 200 SIEVE (%) 32 76 SHEET 1 of 1 CLIENT: City of Corpus Christi PROJECT: Prop. Sharpsburg Lift Station (117389) LOCATION: Sharpsburg Rd,; Corpus Christi, TX NUMBER: G109182 DATE(S) DRILLED: 08/13/09 - 08/13/09 DRILLING METHOD(S): Nohow Stem Auger 33 GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 18' during drilling operations. GW at 6' and caved at 16' 6" upon completion of drilling operations. 24 -Hour Delayed Readings: GW at 4' and caved at 16'. SURFACE ELEVATION: N/A DESCRIPTION OF STRATUM CLAYEY SAND, with calcareous deposits, dark gray, dry, very stiff, possible fill. Same as above, gray and brown, moist, firm, (SC) LEAN CLAY, with sand and calcareous deposits, dark gray, moist, firm. Same as above, dark gray and gray. Same as above, dark gray and light gray, soft. (CL) CLAYEY SAND, with calcareous deposits, light bluish gray and light gray, moist, firm. Same as above, dark gray and brown, soft. 22 30 a_ La . o N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH 0 J SILTY CLAYEY SAND, with shell fragments, light gray and light brown, moist, loose. Same as above, medium. Boring was terminated at a depth of 30 -feet. REMARKS: Boring depth and location was determined by Coym, Rehmet & Gutierrez, L.P. Boring operations were performed by RETL. GPS Coord. N 27° 51.711' W 97° 36.801' 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 Major Divisions Letter Symbol Hatching Color NAME TERMS CHARACTERIZING SOIL STRUCTURE COARSE GRAINED SOILS GRAVEL AND GRAVELLY SOILS GW GP ❑ w Well — graded gravels or gravel — sand mixtures, little or no fines cc Poorly -graded gravels or gravel — sand mixtures, little or no fines GM GC 3 O J J w Silty gravels, gravel — sand — silt mixtures Clayey gravels, gravel - sand — clay mixtures SAND ANO SANDY SOILS SW SP w o: Well - graded sands or gravelly sands, little or no fines Poorly — graded sands or gravelly sands, little or no fines SM sc FINE GRAINED SOILS SILTS AND CLAYS LI. < 50 ML 7%i j/4{ 0 J J w >- Silty sands, sand — silt mixtures Clayey sands, sand — clay mixtures CL OL z w w cc C7 Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SLICKENSIDED — having inclined planes Of weakness that are slick and glossy in appearance FISSURED — containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED) — composed of thin layers of varying color and texture, usually grading from sand or silt at the bottom to clay at the top. CRUMBLY — cohesive soils which break into small blocks or crumbs on drying CALCAREOUS — containing appreciable quantities of calcium carbonate, generally nodular. WELL GRADED — having wide range in grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) SYMBOLS FOR TEST DATA Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays Organic silts and organic silt -clays of low plasticity SILTS AND CLAYS LL > 50 HIGHLY ORGANIC SOILS MH CH OH P LU —J CD w z 0 Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts Inorganic clays of high plasticity, fat clays Organic clays of medium to high plasticity, organic silts Peat and other highly organic soils MIC = 15 — Natural moisture content in percent. Y = 95 — Dry unit weight in lbs/cu ft. Qu = 1.23 — Unconfined compression strength in tons/ sq ft. 51 — 21 — 30 — Liquid limit, Plastic limit, and Plasticity index. 30% FINER — Percent finer than No. 200 mesh sieve 30 B/F — Blows per foot. standard penetration test. ♦ — Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (2) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS 1 FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS 1 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. APPENDIX B SEADRIFT PIPELINE CROSSING PERMIT Appendix B Seadrift Pipeline Corporation A Sifhe,hary of Ihia 1)nw C:ham+ral rnrnna,w August 25, 2016 City of Corpus Christi c `o CR&G Engineering 5656 South Staples St., Suite 230 Corpus Christi, TX 78411 Attention: Ismael Rodarte, Jr. P 4 Box 4286 Houston TX 772104286 1254 Enclave Parkway Houston, 7X 77077-1607 .:ent Litt email 1a. irodarte@Ijaengineering.com RE: City of Corpus Christi's Proposed Construction Plans For 6" and 20" PVC Sanitary Force Mains Which Will Cross Under Seadrift Pipeline Corporation's Existing 12" La Gloria Pipeline located in Corpus Christi, Nueces County, TX. Dear Ismael: Seadrift Pipeline Corporation ("Company") has no objection to the proposed construction plans for 6" and 20" PVC Sanitary Force Mains ("Facility") by City of Corpus Christi ("Facility Owner") for the Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, which will cross under Company's existing 12" La Gloria pipeline located just north of 1-37 near Sharpsburg Road in Corpus Christi, Nueces County, Texas, according to drawings received via email dated 8/16.116; CRG Job No. 20152C, City Project No. 7389, Drawing No. STL 170, Sheets 7, 13 & 14 of 60; provided that Facility Owner agrees and adheres to the following conditions: 1. Design Plans and Specification. Prior to commencing any operations covered by this Letter of No Objection, Facility Owner must submit to Company detailed design plans and specifications, including final plan and profile drawings, equipment and material specifications and construction methods and procedures ("Plans"). Company does not assume any liability for the Facility design or proper location, both of which will be the Facility Owner's sole responsibility. It is Facility Owner's responsibility to design, construct, and operate the Facilities and conduct all other activities under this Letter of No Objection in a safe and prudent manner and in compliance with all applicable governmental and regulatory requirements. 2. Notice. Facility Owner must notify Company's Field Technician at least 72 hours prior to any work near Company's pipeline(s). Contact for Company is: Daniel Jurach, Field Tech 361-242-2013 (office); 361-222-4573 (mobile) City of Corpus Christi August 25, 2016 Page 2 3. One -Call Notifications. Facility Owner must perform all "One -Call" damage prevention notifications as may be required by local, state or federal regulations prior to any excavation within Company's right of way. 4. Crossings Under. Facility Owner may install proposed Facility under Company's pipeline, provided a 36" solid vertical clearance must be maintained between the top of Facility and the bottom of the Company's pipeline. If the crossing is made by the use of directional drilling or other boring methods, Facility Owner must provide an inspection window or other suitable means to verify that the required clearance is maintained below Company's existing pipeline. 5. Angle of Crossing. Facility Owner will install the Facility in a manner that any crossing of Company's existing pipeline(s) will cross at a horizontal angle of 90 deg. or as close to it as possible. In no event will the proposed Facilities be installed to cross Company's existing pipeline(s) at a horizontal acute angle less than 70 deg, or a horizontal obtuse angle greater than 110 deg. 6. Machine Excavation. Machine excavation over Company's pipeline(s) may only be done with a bucket that has smooth sides and mouth or has the digging teeth barred. All digging with a bucket must be parallel with the pipeline(s). Digging may not be performed across or perpendicular to Company's pipeline(s). Excavation by mechanical means will only be allowed over and alongside Company's pipeline(s) to within 24" of Company's pipeline(s). Excavation closer than 24" to Company's pipeline(s) must be performed by hand. 7. Exposed Pipeline. Facility Owner agrees that for any of Company's pipeline(s) that are exposed, Facility Owner will be required to recoat any exposed pipeline(s) at the Company's Field Representative's request. 8. Ground Cover. The ground cover over Dow's pipeline(s) may not be reduced below the existing grade. 9. Cathodic Protection. Facility Owner expressly understands and agrees that Company's pipeline(s) are cathodically protected and that (a) Facility Owner will operate and maintain its Facilities in a manner as not to interfere in any way with the cathodic protection of Company's pipeline(s); and (b) Company will have no liability to Facility Owner or to any third party as a result of any damages or other adverse effects which Company's cathodic protection may have on the Facilities or third party properties. Cathodic test lead stations must be installed on the Facilities and on Company's pipeline where it is practical and as required by Company. 10. Precautions. Facility Owner will take all necessary precautions, as determined by Company's on-site representative, to prevent stress or damage to Company's existing pipeline(s). Such precautions or procedures may include the placement of mats over Company's right-of-way. 11. Double Layer Matting. Double Layer Matting will be required when crossing Company's existing pipeline and Right -of -Way with extreme loads and equipment. Company's on-site representative will determine if load or equipment is extreme. 12. Work and Clean -Up. All work and clean-up within Company's existing Right -of -Ways will be done to the satisfaction of Company's on-site representative. 13. Indemnification. To the extent of the law, Facility Owner must indemnify, hold hartnless and defend Company, its agents, officers, directors, entployees, shareholders, City of Corpus Christi August 25, 2016 Page 3 representatives, insurers, subsidiaries, and other affiliated companies ("Dow Group') from and against all claims, losses, costs (including attorney's fees and court costs and other costs of suit), demands, damages, judgments, penalties, liabilities, debts, expenses, and causes of action of whatever nature or character, and whether arising out of contract, tort, negligence, strict liability, breach of warranty, products liability, premises liability, misrepresentation, violation of applicable law, act or omission, or any cause whatsoever, ("Claims'), arising out of Facility Owner's presence on Company's property or this Letter of No Objection in any way. These obligations will apply to any claims asserted by or arising in favor of Facility Owner, its contractors or subcontractors, agents, representatives, employees, invitees, insurers, spouses, relatives, or any third party. Facility Owner's indemnity obligations will not apply to any Dow Group with respect to any Claim resulting from the Dow Group's sole negligence (other than imputed negligence). 14. Construction Commencement. If construction work does not commence within 120 days of the date of acceptance, this Letter of No Objection will automatically expire. This Letter of No Objection, however, may be extended by the parties' mutual written agreement. 15. Termination. Company may terminate the Letter of No Objection immediately if there are any deviations from the Plans, or if Facility Owner fails to comply with any of the requirements contained in the Letter of No Objection. 16. Definition of Facility Owner. All references to Facility Owner include Facility Owner's employees, contractors and agents. 17. "Including." Unless the context requires otherwise, the term "including" means "included, but not limited to." 18. Headings. Headings are for convenience only and do not affect this Letter of No Objection's interpretation. 19. Construction. This Letter of No Objection will be construed as though both parties participated equally in its drafting. Any rule of construction that a document is to be construed against the drafting party will not apply to this Letter of No Objection. 20. Choice of Law. Texas law applies to this Letter of No Objection without regard to any choice - of -law rules that might direct the application of the law of any other jurisdiction. Any dispute regarding this Letter of No Objection will be adjudicated in the United States District Court for the Southern District of Texas or, if that court does not have jurisdiction, in the Judicial District Court for Nueces County, Texas. 21. Entire Agreement. This Letter of No Objection constitutes the sole agreement of the parties with respect to its subject matter. It supersedes any prior written or oral agreements or communications between the parties. It may not be modified except in a writing signed by the parties. 22. Severability. If any part of this Letter of No Objection is for any reason held to be unenforceable, the rest of it remains fully enforceable. If any provision is held unenforceable, the parties will attempt to agree on a valid or enforceable provision that will be a reasonable substitute for the unenforceable provision. City of Corpus Christi August 25, 2016 Page 4 23. Successors and Representatives. This Letter of No Objection binds and inures to the benefit of the parties and their respective heirs, personal representatives, and successors. 24. Survival. Any of this Letter of No Objection's terms and conditions which by their nature require performance or observance to occur after termination will survive this Letter of No Objection's termination. 25. Waiver. If either party fails to require the other to perform any of this Letter of No Objection's terms, that failure does not prevent the party from later enforcing that term. If either party waives the other's breach of a term, that waiver is not treated as waiving a later breach of the term. Please sign below indicating your acceptance and agreement to the foregoing terms and return to me by e-mail, fax or mail prior to beginning work. Please also provide a copy for your construction inspector to retain on site during performance of the crossing. Please let me know if I can be of further assistance. Sincerely, 7onvrs- y, Atch-i•ort, Tommy Jackson Land & Right -of -Way xc: Daniel Jurach Raymond Garcia Agreed and Accepted: City of Corpus Christi Name: ---- Signature: Signature: Title: _ ec�.TOI a F �r�N cr72i.R-1C, x/2 9/6 S Date: Approved as to form: Z r"` 4 a. 2016.08.25 15:29:08 -05'00' Janet L. Kellogg Assistant City Attorney ENGINEE PLANNERS SURVEYORS Ememo ENOWEERS PLANNERS.SU ORS ENGINEERS PLANS SURVEYORS R EMGINEERS PEUNaERS.SURVEYORS CLN314118Vd30 s3w7in) 80_1 SNirld 0,, X3aNl 1_33HS MSGR..] X SHARRSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION TITLE SHEET REV14511 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIMON 15 FAILURE TO SHOW ALL SHEET REFERENCES ON DETAIL SHEETS GOES NOT REUEVE CONTRACTOR FROM RESPONSIBILITY OF CONSTRUCTING THOSE ITEMS ON THE PLAN SHEETS. $fig �✓�t2' gg O© g' : %£°€ 8 g'"a 'sr e f 2 � .mio1®"a'.®.o®lgi 0000 � a=� E.4 o P € €_ -V boa m€I Eg ge=A RS e^ g. Rp ivmepjo®i.�®v�®�e�'�o<1J4®°X ggF"� 2i � suss g 3m F8-- < � FF ` gmm memo 5 ppm ; Am °° amsA?asx v5 a°T4'sa Ig C. E� fig$=n 03 gm. cmi z 3 -,,py2a2aE'pp2P335 44a58w 888$88$8823$ 8760665 m3:m'S2I aG' O 'ga4Rc"R R'SSomz= 544pp 5gg 55Ei `m`eRg$E BCF ?'m 8msRHEUMSOA m ti p=9 98 aRA. 8 8>=0000 m�J 8 051 F, y°?; rA is O ° m3295.^m S €gy fig ,, ,,..'° $9F5.,��, F5 �$�5 g$8 L' o g� "� °£ y� p o £ oI z mN ms 8 8 h A I� s 1 m $ S8 =°9= Borg Pm9 az^ 8' m &m"; aR m£' 'S¢ Y 8 9 �8 E $" SSE gN m '" s= m Ra o 9 9 s ' 0 v m£ m M u ta qi.S' 2 m p ` o •• O mn D 6� - 1 m n y u 43R qv m SA Fgmg� 31 I s"11t1WI`3R$'4 MO'mNlg101$n �t666Po mWhnnz 8888 o spa =Fgggg �€AaF5 �R$se= m88ogo'' f 2 =2AA-, 2e ogg��' 233330$ o° zo2.��$ R3; g3 $�m$�o€S�g 9 om2 A 6>m-' .,9g F 65 3ypg $ti 8g 3 '"_ "J 3" x 0 • 9? m2_ m °9 `. = N 18 t RiEp 5fRR6 T 6F;F�.-$o y o� rn8c - F 7 'sF an 8 os a� s 8 A 8 38 o $$-.5- m g F _ oa oa � i££ 3=8 8� miT Sy m". a- 3 op mg 4 =mt �8 a $o °� 2' 9 5 aae o a a ,s m3 a YR �o m. a r3 mpg &°a £ ° °5" ' 8 e, m.g �v: R 5. ma o,, s6g8 $� " 0 8'° b g@g"or59g ' 8g"' e !" gm' S`. A� � 2gg�55 85m g gds? PO fi= os 9 g g4 gY Q8 H x£8 8 8„ S z A '$ tg 3 m= 6 g� 8 "t ag 8 .g gob mp �° g: 3137 a = `Sm°° ° n�^$ a �'$ € ��� s=;egos gB.Q atm 38 mp A€ 80 3N"g om8a�';:�°S'q `�8> A`m mtip = 9 °°$� mg°$4 fp8 a:^" �o o4 �. ° A .im as F 9$ �9yE mmA SP Ez g r� ppm g g6: 2�s g $22� a5 o3 .3 >€5 9a g nS R g€ 28 m � 9oR" � Zm= m =:ao =5a� gd a �� ° a 5. " g 5 o5"7 Fm 83gx m�9g�8 5o 38 5 38 7'= 3g3 38 3 gs S _ page §ge 8 g � � og mg YA p,p a $ ss R 9m eg 38802= =gym s P�_ _ ° 2aa Aa= g° ?g Bm F5 2 me�5n �g §mo8 ° �c�9 S os N8'"c ,6 Ag9�mal .� $ "$" pm= o 5 282; °moo �z2 $ 7s= 4^ Faa so o= a�A gFra �l m` g °�pm?o �° m $s mg po ; gg g 2r °g c2 R" 3 Sz�F Ho gw9 A q' ' $ p�-$ �3F� �9 >pG d 6 h3�5 R 4 c¢8 $�z 8 = O 2 n r O m 'S �w o.=8^i,"- 30 fl" mz=S-mN 8pmv a��m = o :9s " �' o mR _ g ° s $9s $ e €F 8g�4 32''8€ 83 � as o� ` 335 3539 `vE B� A� 33 �P 5A o p•mu Ls g n 2W�- m 8 38 r=m g" m o 853 62 m o`n$ oa aY ;3mS m�m 32 _ o m m o s@' n:`° g $9 °5 E° p° ^� 29 m'S m`c"='m5•o+ '" y 59555 ow Room9$9a tea? ^g ;>=a mag 8 ;p 6 c 8$mo� � „fig om $ ° �ao�4' C 003= z8 8e omP m;' ��g3£P8 2 2 O " °"°d K5 8 3pf -g0 � gom 8o Sm3n�za (mil ., m a9 3 5 ..-� .Eppo€ REsER PENSION NO. VT DESCRIPTION SHEET 2 of 60 RECORD MOM S T L 170 SHARPSBURG EIFY STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION O p CITY OF L,u�iri CORPUS CHRISTI wr TEXAS Department of Engineering Services .:4, O, (ys s;= mi tt 8E '� a �'l Se o. gv (.'� $ Buhfil." �\/G. �EM;e�q-.mo's�msns �P' Lip yg;36>i.., s"�zo LEGEND, ABBREVIATIONS, GENERAL NOTES AND SEQUENCE OF CONSTRUCTION NOTES R Ag d'4 aQ "" m - 2A =4 ou N AA.' m'" e' r 9 - Afro � AIs a aN 9 9 $g a ^Sbp99 1 0 o q 4 h m 0.gq iR F tg a' .ii2 6' g"`foo fF 4 A "� 9 __ ___ _ 69 999 EE c fox '_ E3I lEEEEE coq€€ /T An MAARR.wv m.FRF E°"e9A°A`aE"„'S£gSe"."N'w„"oew..""e?C"oew�m,2..".2E, AAA 200t1AN.E.4 agg Aggg&8a� ac> a ' 't� IV d{ g, g. �g. pa3p t. Rg w q 3,v Ra� q9. trieF n P Ra "kr^ 3, Fd$aa a ' R E 1 A 1 - c.p825_ � as 55a' ,A a ds Vit . A _ 3- ,i. BNa 3 a&33�e77: '� . .1 a ..._ T=z CHIC -a $ ag amt <$E' b^"'gig EP 0EEA ca EEAF .tiFEtgZ;m T 3„ ,m ', F!" aaa_"- � 4Y' Fu 9Aa Faa gO 6 a d ,R �S k ! IoFd 3t Se 2 RRu �E a afr . e�oo -9 eF3 S ;$ Azo i.� mss AA1 AH3" �s. G 9ea3'=� gQo' s$g; '$mmm g. as. ;, „ ag s. aA_.F�6i g ag'a apd $flo R Hi E 19d"ya` R.� Fps �g Gaq F-� Sf5 d 9 8g s= S - c i GGFG GG GG Gp GCGGGGGG< icGGGC FGS GRS' aaa alna Pp GGS"S"£SSL"G,AAW-GRR^>Gr GGGGGG GM GGGG GG a ..""""..." "G"""�"",- "c >c A" ,,, ,." _..""""" vslo. NO. ATE BY IPTION REVISION nICI DATE DESCRIPRON I' sHcn 3 or 60 Rrco4o awnHc rro STL 170 SHARPSBURGp LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI TEXAS '^^� Deportment of Engineering Services ISO PPbmel�Gutlertw m[[ L,P. O m q?i i§*'1 r ui � t_.$i i" C '.'P,r,$c= gR '0 "" u"s„v?v �,�EMai'taai-oFees�sw c9 ESTIMATED QUANTITIES, TESTING SCHEDULE, NOTES i/ +`o i 11 1141,1` vlow z 0 • • I$ 1 • i I I • //';"N / p' \ sq N4 '[1 94! r a. P=8 e NO 0.470 SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION PROJECT LAYOUT AND CONTROL PLAN CITY OF CORPUS CHRISTI TEXAS Oepartment o/ Engineering Services ci / , _ __ i I'e N OOO9®jO:15 q 3zse i wxm scar In I o. ruw rzawc CRNIT • R q� / �I �T e�STATe ' , ��� 1 +O WATER LINES I I l;l \_ II$IF JI G i a i€R y �Y -� `` 1 ---, @ & E B " 2 III E N ,, z -j1_ yI JI o yl I I ' �I I w�.c w. sI" „. n SPILLWAY TWOS \ «�uwuwuu P. rrxs CRAW \\\j - T— / rII Iw4 \\ / I -.`° d1 i �-moi V -_=- Ti 4� NT£RSTgT \4--- 1`P Ji I sue, i I ('GAS LINES \ \ sviuwnv macrs ® 'j \ mnm . s® G. FARM \ mioe \/// \\ /TT— wn�"oPIoN I II - r,,,___________—,1,-L---°,9.Cjil--1HH_--17-(1:1171__I—r7-11---/ Lyr:ZoLr- L/'-''' �l l7 ,NTE v `-' / / (----- 1 �� w.w „ �� RSTq TE W I icy 4 csu /// ©STORM SEWER LINES ° � o D 8 g \ ------1,,.7.---L--L \ r - / I 1-------__„_---- , - / I ,._ I gi J �1_ II \I t 6 I I e DESCSHARPSBURGRIPTION A`"910H "o. e. DESCRIPTION �� ' cm _, N , _ ,-)1 0 LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION O CITY OF CORPUS CHRISTI e TEXAS e`r' DeOdrtment o/ Engineering Services •"Mgg 1 �fa m �•-/ ms v G /7 Coym,, eek asoy.m {.LY. ",�sl,'R' V' e55� ��,5 '136re�3 ''" UTILITY BASE MAPS :u. REVISION NO. VASE REVISION NO. SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION EXISTING SITE CONDITIONS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services DESERIMM 9 IAD oss / ,Po 10 © o0 0000000 000000 a a g^ 933AB ay DESCRIFTON SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION PROPOSED LIFT STATION SITE PLAN gCITY OF �..?flCORPUS CHRISTI wV TEXAS Deportment of Engineering Services s } ® WI it m Oz y IIII a � '' 11 � 'll /. 'w� o `lei `, "/ ' 'SII ,i., ��--�n � \ �` .7*,IIS �\ \ `�„- IIT Ig 1 R £/ \ i \��\ ' m /\�\ h t / i ;- o ®© . �\ 09 ® � 1l�L._ _% d 7\LIFT STATION - DEMOLITION PI r"12K 1 I M•1• d , ...,,mmipp,m1 0 ...„.„..,..„..„..„,,,,\ _ , ...,\Sc..� .I� = _I__i_i�l_l •O22. 1 � ii=i 0 z ® I r7 � l IC�0 Z ice' 1M:�• so g4 win? 9€ t x, � 22 a El =mo MI N ;'I �_j o_ i 0®E®011 E 5 f £oam 0 4q E4 S aP 3A'$o�� a ��m s �o - ri n�� 9' g ' HE amzn om & 3 & 0 ®®0®®®©00 QC m momQ7s ;a;P sR g 1g 5D $ o sg N o 0 � Va m z o Zo g_:. n inn CO 4 • ° 11-4 24 riz N _ d m ' N p51Ro. are er REVISION Re. WOE s. oRs�R���o :. SHEET 8 of 60 RECORD DRAWING NO.. STL 170 SHARPSBURGRLIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF lekiCORPUS CHRISTI _ TEXAS Deportment of Engineering Services ,� 0' "`'��'^ 0 :� "�;A�,`'µ,.�-- i p 013 �y pymot06otime� L.P. 'o�m sua.. svre.w e-Mim a�Pom LIFT STATION DEMOLITION PLAN BY PEPTSION NO DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION SITE EXCAVATION PLAN CITY it CORPUS CHRISTI TEXAS Deportment of Engineering Services BENSON NO. DATE DESCRIPTION REVISION NO. BY OFSCRIPTION 3 — A g o SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAN REHABILITATION LIFT STATION PAVING AND GRADING PLAN CITY OF 11"ry��l"1! CORPUS CHRISTI TEXAS Deportment of Engineering Services Com,Rb tUGutiam . iLs�-rano �•����gwm ss3,� S NOI133S SSONO NOIl _LERI/DEIETY UNE 5 :Sd pE� REVISION NO. DESCRIPTION REVISION NO. DATE pr SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION FILL CROSS SECTIONS CIN OF CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION 0 w 0 0 s. BATE DESCRIPTION PENSION ND. DESCRIPTON SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 24" SANITARY SEWER PLAN AND PROFILE AND TEMPORARY BY—PASS PLAN CITY OF CORPUS CHRISTI e TEXAS Department of Engineering Services A N IO N A m Co o -1,-, R4B I gm��� i_am1 es? m=_ „ N NzA ow / 1 S c u - ,..I.., Ex8 IV,Laf TIM .� o ' A i _ _ ex zswnre, N0 k 1 e." 1 --_ _ u. a mE. e VIA n. GAS rDP ai NOV HON aa�rk di LIT? �g\\\ uarHOLE NO. 2 :S rs4A HOLE +Tw '4' IN, EL 1, _ c., __ eae n 9' ,.i uM HOLE NO. , tA— III 4 I A I NJ 0 N A m Da O N -4', BATE DESCRIPTION PENSION ND. DESCRIPTON SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 24" SANITARY SEWER PLAN AND PROFILE AND TEMPORARY BY—PASS PLAN CITY OF CORPUS CHRISTI e TEXAS Department of Engineering Services 0 0 0 0 0 0 0 0 0 I, - c' Co g 7'^',,,, ' IgiMiiMiiMBLIEML __, , I 101,1111P-- , -i, .,, 71; 1 r•±2'.'ILI'.2 . FADE Of WALL — —=. N. SO. NOV room .02 5, MIII..- C) › , I I onu,AuN oiuLo Lso -,---_ 5.7A..3B 4 1 ..IT =: ., ...,2' , _ _ — F'd,1,0r,lini — BAFEL;Er \ .5'0' T Spa ...me-- a... - il l ...m, STA OB t'L'Et • Ill" — wlI 20. L NE 7 irA , A 2 H $ '1 ro E, 36. UR r STA !•67. ri re6V g • . P P END 20' Of N F 20' CE 1.1 1111 O. •-i ,., I g 4 ' ' o.' I 6 A 2 ,... 1 o IV -t.. 0 Co 0-0 § ep. rz4 PENSION NO DATE BY DESCRIPTON RMBION NO. oEscor000 SHARRSBURG LIFT STATION AND UP RIVER ROAD —i FORCE MAIN REHABILITATION 6" & 20" SANITARY FORCE MAINS 0 (3' PLAN AND PROFILE 0 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services ij 85 .02 311J011d ONV NVld NI REVISION ND. DATE Err DESCRIPTION REVISION NO. DFSORIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 6” SANITARY FORCE MAIN PLAN AND PROFILE STA. 0+00 TO STA. 5+00 ACITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 6 gmmim a'g ga „�o� 4 uR rE 1 INVERT FILE, . 7.e Ei �. 7.6 . .- 1 1 ne.v UME ■o _ gg 1 8 g s oxa .02 311J011d ONV NVld NI REVISION ND. DATE Err DESCRIPTION REVISION NO. DFSORIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 6” SANITARY FORCE MAIN PLAN AND PROFILE STA. 0+00 TO STA. 5+00 ACITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 6 LEVO F LEV. 8.17 r�rvp F1Ev. e.25 CP CO 31IJO21d ONV NV1d NIVIN 3 Z MATCHLINE STA. 5+00 REVISION NO_ DESCRIPTION REVISION NO. SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 6" SANITARY FORCE MAIN PLAN AND PROFILE STA. 5+00 TO STA. 10+00 CITY O1�`r/1�11 CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION MATCHL/NE STA. 10+00 .\ REASIOX E BY DESCRIRRON R.EASION DO. DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 6" SANITARY FORCE MAIN PLAN AND PROFILE STA. 10+00 TO STA. 15+00 it USY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services E EXIST,., WM DRE 1 I t ;744''-g10,3 — = BAS 35' �uFY. LINE IT END ELE as MATCHL/NE STA. 10+00 .\ REASIOX E BY DESCRIRRON R.EASION DO. DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 6" SANITARY FORCE MAIN PLAN AND PROFILE STA. 10+00 TO STA. 15+00 it USY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services zzA n8�R�8 RBB': v rY 1:1': ���`I �Jo 8 G& sx s � ,o s = A$P € o ���E guo o /1144,1 1 f k74% �' 4 p.,..*4. ..--- ,---- '� 5a : - ®v Ny�A'1 1I , min®�- e$V 0 0 m e� _ m ��!WTV iii V4®Au R -- 'mA kg g` <-...„. `� Ir _ xg�a�a A Rg S-_ g qv a .....0 m >R-y Kau 3gBE IP 8 o go =. f? N C= ` \`2 n "mouy =" rD -&�7 3 1 bt ' ' HT $ PM ,®Aim= �'aMa:� mg N 'e B"'E tst q_ 1 ' _ I(sjl'-jrl. 1 IL I .gym BN 9Fi T? g Dais° , - -- \� ) J ... .. �.,_ nsiou o. DAT s °s"s'°x uo. wh . MS 1710 .SEES 17 or 60 ACM OWING fp. STL 170 SHARPSBURGx LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTIgin TEXAS "c Deportment of Engineering Services��`- Ramat notions Eo o{:L3 , s ` r+�m+� .` = AIR RELEASE VALVE FORCE MAIN PLAN & PROFILE II �u 1_ a � zI e., I L*II - S J ,� \1,1 a 1 Iry y2 1 !I `1 �. ` z \ 1am A m va III, 1 1� I 1' : g ! o S s y mi z Ti ryyl p 11 \�y yI� \I '� 011. s .' p , f/O I4��m4 N I �— y \ e e hrg ,f I II,d� ,,P yyI A til _ \ Z II 81 Z�, 1 0l R �\ X1r� �y IAA\\L15VA��w„V .�I \ III ^,� 5-�� 4- & W - _ 3._:-,3 0 z NI z _ I _ -/ v/. v —� '0..,,l /;/ i i= __ �b A�/, Z� it u.. I,' CAStLE VALLEY DRIVE I v ,, y 1 N O 1� \� �I� 8 y p, °' A' I—= -- - Im m I / 0 a O ti, In z m m — 2 /\ `SI F, o 1 n z z G x 6mm w� z C cy 8 �� z DEPTVI IL - sfi Z c re w a -D ,E, ev x . IDx DE RIDDEN 9 - >_ ,sr iCI, SHARPSRURG Li FT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION C TY OF CORPUS CHRISTI — TEXASry7 """ Deportment oa Engneer'ng S. vies ;— C '.. R `i -..'t Coym,Rehmet 8Gotlerrez &gimeA g,LE g' �elsl m ,� 5 �. , 8 AIR RELEASE VALVE SI/ L PLANS & DETAILS 0 DESD PPO SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 24" SANITARY FORCE MAIN PLAN AND PROFILE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BAND FOR WIRE STRETCHING DETAIL A TEE Y • PENSION NO. DAVE OESCRIPTON REVISION NE VENCIIIRWR SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CHAINLINK FENCE PLAN, SECTIONS AND DETAILS A CITY OF H CORPUS CHRISTI TEXAS Deportment of Engineering Services Ea m 3113O1Id 8 NVld -AvM3ARf0 v ELEV. o ro w a u Qo d s� R� o�m g I IrA oR >� SCALE: w ve =r—O• CT 11 46 Illi �c tt..ii ! s €e Tn O Sm4� Eo + N w ELEV. nensox DO. g X DATE DESCRIPTON SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION PAVING DETAILS SHEET 1 RENSPN NO. CRY CORPUS CHRISTI TEXAS Deportment of Engineering Services DESCRIPTION IS'ONOO IV eviS 210 32n10 DESCRIFRO REVISION NO. OPiE DESCRIFTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION PAVING DETAILS SHEET 2 CITY CORPUS CHRISTI TEXAS Department of Engineering Services D LA ®D m z n c c vz 14,1\■■■I■f7I■ i■i• fir i ANIMM107:11 INEMEIMIN ffEEMIEINE 8'Y DATE DESCRIPTION REVISION NO. DATE DESCRIPTION 5 N SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION A.R.V. AND F.R.P. ENCLOSURE DETAILS pi CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 8 0 REVISION NO g, DATE g SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION SANITARY SEWER MISCELLANEOUS DETAILS (MODIFIED) REVISION NO DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIPTION Copt, Barad V(Mimres eoem g,r,e. Cp Ri 40 1 O 11. _ 6 ,. a mymr _oG ��A / -�.� 1��ii j 3 m�9G oz , YA yf7 = ��m mono 9E go�S�o6'om�7 �9 zen7�'o6 no 2'' 950 y� �� o € ' > mgm '' T o - 05 opt ' = mg�N�oN £ og Agan `fig i=A �r, Nw og iG z- m o3S �W� 7- �m m� MA4 o aM `gym:- emA zam A=��� ma f op _.o° yob ,, fA ➢� foo ;dao ozm $ �R$ ^� � S 5g8 �g m'my� rgm 1 4' __ €R>°" e-„ El 9_: ohm R�-off = €' "L K7 gr & 3 oa o iEg G 0 n % 0O y p D 5 T i i g y RING & COVER WITH 313" OPENING FOR 4' AND 5' DIA. MANHOLE INSTALLATION 'a F<° 3:F z�- D 1 .. _ W A Z G7 0� ,/x - v o� €° ° z 1� 1 ¥ 4 - - (1) 1 78A2 T , F!iJr: 11L! O m T , m A r y� -a,/z' - smo$ ora MANHOLE I RING & COVER I INHIBITOR COMMENTS p5 o3m$ F6 � Aim A? z 1 r r ' oo2 mo ' BF aF mom pon z�i m R5 m' ma o X A y34 - �° �o A5£ m In aensbu DO. are BY Po e�nou NO. DATEa< uesc o,ou SHEET 24 or 60 FEnraO .WitiG HO. STL 170 SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CIiY OF��oy�� CORPUS CHRISTI __ —__ TEXAS -7: Deportment of Eng';neerinq Services yY�y/ 9.. +.. .. sc' r_ �~ 8 o€ g 5' N ©Bo�eariey3L.P. O Be P"�e cse,�ee,a:w FS: a. ser,... SANITARY SEWER STANDARD DETAILS SHEET 1 (MODIFIED) �mo<em . R. s gz m D 0. `"'fir wm >o M!1 I 7 s s �K s A4 I I �'� n s g A — _ • _ , s Rs m,� --,1 1`I' ^' - ��A ¢ '\ — roC "0 (0) LE RING & COVER COLLAR DETAIL 0 baa P$ sE _ s c 1:1 ®� z c]o. g?R — \\ S 111509 \\\—\ Roil s 00'r AT Np cm SIA 1 —ARM 551�5R��I1uIuII lllnm F1, 12,14.-11O WO. �. v FINISH GROUNo DOMING GROUNDAND FILLET PAPS .. . REINFORCED 3000 PSI CONCRETE PROTECTOR PROVOE 2-COAT5 OF BO et, ERGLASS MANHOLE PROTECTIOI ULTIVATED/SPECIAL) IN UNPA' RELEASE VALVE 0 � 'Io-I�� inEtr- iI W §a m LAi % '9l'Ait,� y� Z A 8 g "211 A p F i$ ^' 1 ffi 8i 4 i ' a o 0 4 w .. V�.. o ,__41 -11 s 0654+50660000000000 ., .. . �'�Ao 3M ISS f. 9 V Rens a NO. DATE Eli. PEN4°" NO. are ar o6cwrr�ou shEU 25 or 60 RECORD DRAWING NO STL 170 SHARPSBURCuIPTONL)FT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF A CORPUS CHRISTI TEXAS """ Department o/ Engineering Services ha }' ��� *3 -- ,: V i $ a r c R Cogs, Rely IGaticre� ,Ls ♦� su o�suw.s,,:�o /G/a'''''' =reisaT,-osw F,.9s3,seo SANITARY SEWER STANDARD DETAILS SHEET 2 (MODIFIED) oF9e� FINAL BACKFILL Mgip z m N 1111)13V9 NW S31ON 1V 3N30 REVISION N0. DA E DESCRIPTION 12E1•ISPN NO. SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION SANITARY SEWER STANDARD DETAILS SHEET 3 (MODIFIED) g CITY CORPUS CHRISTI TEXAS Department of Engineering Services DESCRIFTION i 0Iz 00� Il ICON I.HEMlu. 1111 11 RENSION MO. Err REVISION NO. DATE SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION MODIFICATION TO TOP SLAB PLAN & SECTIONS gCITY OF II?�,'{ CORPUS CHRISTI wV TEXAS Deportment of EngineeAng Services DESORPTION O Z �$s eo 609EFEF Tie 05 PENSION NO. NNE PENSION ND DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION MODIFICATION TO BOTTOM SLAB PLAN & SECTIONS g CITY CORPUS CHRISTI TEXAS 5-5 Department of Engineering Services 9 S CID rz o m v m cc 0 N y m t) 0 z P ®© mz -0 0 m v V1S dOl 1lf1VA 3A1 r m r L J REVISION NO DATE BY DESCRIPTION PROMOS NO. DATE DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION VALVE VAULT TOP SLAB CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services QT &beet EGotimw IngimoWng,L11 q. o$ ni m 11V130 21371V3219 Wf1f10VA 321 T. F RE,DISION NO DATE MSERIPTM NETISICS ND. DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION DETAILS CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ®© mo m 0 Z 0 T 0 C Z 0 —1 0 Z 21O1V I3N3J AON3J213W3 P.SION NO. DATE DESCMPTIM SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION EMERGENCY GENERATOR, BLOWER AND PCR BUILDING, FOUNDATIONS PLAN & SECTIONS RENSION MO. DATE g CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ro_--i i' 1 'o llel r an ■D L � _ r 910,11 P.SION NO. DATE DESCMPTIM SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION EMERGENCY GENERATOR, BLOWER AND PCR BUILDING, FOUNDATIONS PLAN & SECTIONS RENSION MO. DATE g CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services r an -', I I 1 r 910,11 I L__ 1 Lys P.SION NO. DATE DESCMPTIM SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION EMERGENCY GENERATOR, BLOWER AND PCR BUILDING, FOUNDATIONS PLAN & SECTIONS RENSION MO. DATE g CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ®d ®D F0 Pn 0ddf1S 3dId 3 NOI103S At PENSION NO. DATE DESCRIPTOR REVISION NO. DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION PIPE SUPPORT DETAILS /� IICITY CORPUSSCHRISTI TEXAS Department of Engineering Services EN RENS N NO. DESLPIPTON PENSION PO. OVE BY SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION LIFT STATION PIPING PLAN AND SECTION CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services DESCRInOti USCRIPTIM REVISION NO. BY DESLPIrION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION ODOR CONTROL PLAN, SECTIONS & DETAILS SHEET 1 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 1 0 z v s Z REASON ND. DESCRIPTION REVISION NO DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION ODOR CONTROL PLAN, SECTIONS & DETAILS SHEET 2 gki CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services C kS G, Coym, Rebut mculiarm Y „e-.-- Y •.-y Y Y&JV 1 1 .4-07.,or ,,b —< i g• .e.er. Fo� oz=�. s 7fa ins >--- /1-jro %PE o >— t', b p1 8 s-3.0 0� > /,*1-ePLt ,l Al ,l ,. REASON ND. DESCRIPTION REVISION NO DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION ODOR CONTROL PLAN, SECTIONS & DETAILS SHEET 2 gki CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services C kS G, Coym, Rebut mculiarm REVISION VO. DESCRIMOu BY r 0 SHARPSDURG LIFT STATION AND OP RIVER ROAD FORCE MAIN REHABILITATION ODOR CONTROL PLAN, SECTIONS & DETAILS SHEET 3 CITY OF CORPUS CHRISTI TEXAS Department Logineer;ng Set -0c,, 1,5C,11,101.4 75 7575 O®®�_ 1 -int g 1 DATE DESORPTION REMS0.1 NO. DKIE DESCRIPPON r SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL DEMOLITION PLAN gi CITY CORPUS CHRISTI TEXAS Department of Engineering Services Coymg Nehmet @ Galena 8a6amatioA g L. P. wRmareeI ag m*,51'19,T? g19914�1499}) 55 creevpArn A r 0 oF fn mm Z ,•i II 0000 000006P HP RP RP 0000 Ig 5 Ig 6 :5310N NOMWH1SN00 J bl PENSION NO. r O LUTE DESCRIFTION PENSPN NO. DATE DESCRIPTION leo SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL SITE PLAN \ CITY OF !1'a?111 CORPUS CHRISTI V r TEXAS Department of Engineering Services Coym, Robmet U Gotiertm Bogor armg y4� P. vp,:tl1to:sj�"m's 9B4t1 A Roe 061,991-09 fax 993-9569 end OM* 4m 0 0 • 8m RNISI 000 0 000 0 00 0 000 PEI 0 4 91 AI SPI 9�� e t Igo a 9ege E g a r Bpi 0 1 Ras 5 5 9 2 $g go 8 DAIE 9 7 18 �w v 8Im SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL ENLARGED PLAN & ELEVATIONS CITY OF CORPUS CHRISTI TEXAS Deportment o/ Engineering Services E. ED 0 179 . e - i 0 ©aa m in nAIRA eo— O ED ♦ Coym, Rehmet tl Gnlimres �i R RogaooingL. P. wss swm sm re;ds�`iein�0 �� , cmwsmr,su Nyle CNU 991 !or 99l-Tt9 1 rgevgM1 8 wvaovia )10018 VOYDS (•d)u) inowi nia vavos 0 Z wvaovia 3M1 O O P < m O O T T 1111-1-1 RAIESION CATE ossesence RNSICEI DATE DESCRIPTION 5 SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL DIAGRAMS CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services •♦ Cora, Rehmet 0 Cg6emy 5�C �R 556 South 8, L.P. 239 L' El gi ` � 1 a C § t§ Ty �i JIB I _1 Y I� Z zr 1 - A d d b [ oP * lOs a Os �a da T o.� �Oa pa 15 E 6 4 5 5 55 @@" P F5 ' 9$5 55 5�5 C F P A 5! 5is ? a A 5! 5 P A A SS P fry i5 g a #5 P ia°!'a;1 L____J • Z ITRI L___J i 8 �a ��,, ' o :� ®$' x' yp I24R1 L____J ;ap JI m_I �,,,__.: x Aox> i • a x 1 j E 1 i $1 i• b g TT li Oc4 z L____J M r____r p gg Z iN �Ag 4.L____J N1 @ L____J F�x Q £ _ I( > o •9 OII OII @@ YYYi 1 . ® / x\\s o C -0 r____,. gg pp _q ZO i51g8i A IIii1 y I I� F aii - 0 q •> o }•9 x a Ila 1 I o $I 0= no O0 m _ 1 1 ❑ O f 1E T' T= D lo 15 6 e3 i g, i * 2 m i OO 0 i 1 0 a r I' - R S g El ii / 2 R ExnON HO. BY pIPRON BOAS. NO. " (n �� ti 7 $� -P _ . o V m 0 0 SHARPSBURGLIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI TEXAS 0, O aA s lC t'- /// 8/091 c 4 a g (' ♦ `]; Coym,Pehmat M(intlems Sn6mmoB,kp• sm�y{¢¢., swl: zm �� wss swm V Cmgis fNk Tn RIIIe GAeewla� 9e�wre.9mxs ELECTRICAL SCHEMATICS Department of Engineering Services Bio 0 NOI1VON z 15 AWAVATilliM AIVATEATEAL x AR2 0 12 ��h 1111111111111133 11 1284 DATE or DESCRIPRON RENSION NO. pmE DESCRIPTION SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL DETAILS CITY it OF CORPUS CHRISTI EF, TEXAS Department of Engineering Services Coym, &timet d Gutiertes IDgaeerio6, L. P. South smile, Suite m ,eaeas F. 311103143S 32101XIA 111911 Jaat Ream m DATE DESCRIPEON PEVISIDH HO. DATE SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL SCHEDULES CITY OF it CORPUS CHRISTI TEXAS Department of Engineering Services Qf'G lialudGotimfm E min8, L.. P. 5656 S 5656 South SS es,SSWte 210 r, c, ig 9546 "a �� 5m 8154 PANEL "L1" - SCHEDULE 3-WIRE,125 KR. 24 C1,21 NEW 1 SURFACE GROUND BUS. MEFFUPT CAPi.R2 - 10 Nuc 7 , ii. E .xxxxG sflagsi 41 gigE, g g 3 m>m>m,m>m,m9� l$ it o 9 p.ip.ig ;Illi F: ;= 90, F g i 2 2 2 2 E . 2 F " P P fi P I g SCADA. RTU PANEL I/O LIST SEANCE DESCRIPTION STATION ET WELL DISCHARGE Flow G a i H H a o o o ":3fimm.-o a e.. e Y g E s g _ x e o m o w w m m 2 F F F ' 0 F' Y Y Y- p—, N E $ E a e A g vg g 3 g 3 g Jaat Ream m DATE DESCRIPEON PEVISIDH HO. DATE SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL SCHEDULES CITY OF it CORPUS CHRISTI TEXAS Department of Engineering Services Qf'G lialudGotimfm E min8, L.. P. 5656 S 5656 South SS es,SSWte 210 r, c, ig 9546 "a �� 5m 8154 PANEL "L1" - SCHEDULE 3-WIRE,125 KR. 24 C1,21 NEW 1 SURFACE GROUND BUS. MEFFUPT CAPi.R2 - 10 Nuc 7 , ii. E .xxxxG sflagsi 41 gigE, >> m>m>m,m>m,m9� 2 9 p.ip.ig €ggg F: ;= 90, 9g g i 2 2 2 2 E . 2 F " P P fi P I g SCADA. RTU PANEL I/O LIST SEANCE DESCRIPTION STATION ET WELL DISCHARGE Flow G eevN�a� � ":3fimm.-o e.. a Jaat Ream m DATE DESCRIPEON PEVISIDH HO. DATE SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL SCHEDULES CITY OF it CORPUS CHRISTI TEXAS Department of Engineering Services Qf'G lialudGotimfm E min8, L.. P. 5656 S 5656 South SS es,SSWte 210 r, c, ig 9546 "a �� 5m xxaxx .xxxxG 2 9 p.ip.ig 'a F: ;= 90, '"99900g... i 2 2 2 2 E . 2 F " P P fi P I g SCADA. RTU PANEL I/O LIST SEANCE DESCRIPTION STATION ET WELL DISCHARGE Flow Jaat Ream m DATE DESCRIPEON PEVISIDH HO. DATE SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION ELECTRICAL SCHEDULES CITY OF it CORPUS CHRISTI TEXAS Department of Engineering Services Qf'G lialudGotimfm E min8, L.. P. 5656 S 5656 South SS es,SSWte 210 r, c, ig 9546 "a �� 5m Pi 9 m A 1111111114 3a GNI I•1 1NYH3 NOISN311I0 Ag V I:, POST lEICIE ONi REVISION NO. IICE DESCRIPTION SHARPSBURG LIFT STATION AND UPRIVER ROAD FORCE MAIN REHABILITATION GATE DETAILS CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services Coym, Ramatf Gofers BaPneering, L. P. ws6 m �n s .rwlx zm Cups O93 i&11 36a 9fi-� fu 993-1569 aw9� PENSION NO. DESCRIPTION REVISION NO. DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION SWPP PLAN CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services ®FR n$£ S.ah1 m 0 --4 pOp ag Dp _��� n.= r 30 3sa ale os OD��G p 'sin-\ 7\ il _�9���r .t,1..,R6 ♦ az3 s; A" x` way y or anchor „ In rock. UV\ —A nwaa M xo- oa" �a - 2F ,, �.e as 8 ® m S9 t.a 3n S^ ,4,1,-*>e o S au .. e .@: RE6a6o°_, S^; a3 a. S .ve 33 E: Al ;:AR a�e a 6° p a �a s y °ma _ $" - ost 3 c ae a s a s F 3$ =s m_ a o.qa - 3 A nom. o n! - _ m �,� < - ,/_� F i 3 ,. $ a Z < - a 3� g"n =q g 3g^ a �s. "§ s^'a `3 " •. g 'Ys sa8 ^'9ae a"q gee. g. ^ ga ^e^s'E"e_ 3°F"�S Sas°3'sa Edi -- `3^ ° 33 ;. a �podo '' az 0 o to R R qv - 3 w $z s` ° a gao -° ^ s3 "° a sa o 5 a Ru ' a _ ° S a r o �, m m y r n z A _ Z -1 e 1i. o �� ag ``II �� �,s� "syr :. s s E I I I I I I1!1%lli11 :1 , ..1 iloa \ 'a 1 iII 1000;410A 111 ,�,0 i,1 ► 44014 p,$o y A x 's �5 3A aq °;a a°_'O "0;3 ^ae : i ihni' SEiiiii g- kr; .. sa gp a e 8 3' x a sl. im z m= z m A 8 .,z 1n 'fie y Remo. NO REVISION uo. wrc e< DESCRIPTOR i o -cr., r -P rn 0 SHARPSBURG"LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI TEXAS �/ Deportment of Engineering Services ® r�R �. -� --.. m �a € O&odowlog,LY.�_��^ Cgym, Behmet lGvGmo I „ •' 7'9 SWPP DETAILS AND NOTES .1 ..e..... e..... ONIOVdS'8 SZIS NOIS O Fri OJECT LOCATION MAP AND DETOUR ROUTING m 0 z_ z 0 01010 000 000 1_4_4 55. PIPP 90N O. IMION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION TRAFFIC CONTROL PLAN SHEET 1 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services REVISION NO. I SSTS DESCRIPTION SHARPSBUNG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION TRAFFIC CON(ROL PLAN SHEET 2 � S ��M?�� CORPUS CHH RISTI TEXAS Deoortme, of Frdlineering Services 'cm is G Coym, Rehmet Gutierra 0 . . . co w 5 o> cn -a w N . 0 .. �mFJ"�m.° • 3 ".)TZmmrJI>0 n @ So.Sy-SD°S-`0:ns0 0 rn0'�(0n°.( n-�nNX°@ pogono�m0n 0° 0 Soo0@ 0�SrDD N° -Q 0pSO°0S,O<O@JN0mOp,3.000@O30@@,d@0-D@OO m0;=dn3K°n0 30 0Km@-oOODsn3.-=53m("00 @ @Np n? 0a p -.0<S V)0o< NQ°rJ3d0 5D.�+3O(DN. @ K m3m C'00"_0JothOm@C 2o °@o -"J 0Jno=i5—� nNn n3n @ ZAz . 0cncnn@ o o @5rtgy-_aZ5Di9 o0n noo3mT N° '.rt°n. m�WeJ,_,oQ*c3moo3 pS�arD- SS '2,09'n-2,9'-',-2;,4-2"7 @°�,ono.+ =wz 3@3°°Xr°.v.41 NS@3K'vpVioa 0O Q0—�40 m� :1._.:T: -D0F4001200ii:?°Fn@ o`@ d(°r.n-2m @O.,+oQn3�*<nO 0°n <0-.� 0@ mn@ m "(o OM o-, O>,' -0°00 oz roc OQ43= 0 „ oz Z <d °FJ- (nE° ° .-° 00V° -. 0n ° _ O ° 0,,— N td.. 0` 0 to =0 3 @ o = n5o 0- 0 0 m3 < . Ort 01=° "(n UI,7<° 0<5 n @no oi°m05o O= ° t°<- 31(1 o ° n J 0 - 2.O+Z @ .+@ < 0 ° ° ° �° 0 �K ° J'@ n? O O m U1 �° [D o @ V1 „ J , 5 , O n fl 0 a2 " - Ur S J n N 2 O= to ma 5. @ O n .+Co O @?o '73,T,' m ocn4o@z�`2 <<°@o-�32 m ,0230" 0-CrEono O0m @= 10-0C•< ,,,,s',>- _2,m,, �033 << �� -1,j3-,2.0 p00 @a. o 0 n 0 o b (1,.., Nr <.-0..5= 00 l^' 0„80- O= 0' 0 O= 0° „,,,:p. l� o N< n o 9%.'3 . MP-",7,.'J°:. o 0�,3 o f m m �%P-E' 3 '� 0 ,,,,,‹.-,,2 ° 770,0 N OJ o- J 0@ °- 0.A J _. = 0 n N O ° 5 .o �' o N fn u 0 @o<O �- 0.+p °o O".+<0J Z'0°_ °_OOQ ((0 .+ �•d 0O@O 25g -'S 3 0 @ n � 3 n� a 3 p = p 5-'3,5. p 5 .0 �K N O Q f/f 0S O'S' -g @ o Jt� @ X0 0 ° -m° 03 <' ° a 0 N n 0 0 0 @ �. @ � m 3 J s o m n m 0 m °° °- � 0 '‹D'5:2 - K.42_ 01 °- � 12 3 0 3. < m 0 'T'-';'"°4-: E m -0 n3> ='-'0'- -0 0 rn o o n 0 2- rte' m(n� om 3Tvi - cmn ,`°+N'@n ,0' (.0 x°0 o0- w@moo o ° ° 0 5 �° rtm 75.-,, (0 @ S N (( (0i o J n j';','' + z ° N 'O °_ � J_K "7,---1253- o.' a o n o OZ o0100 < = 0 m 0= �. 0$ Q° K C@ J E Q� 0 2-03M 0o n_ <. @Q (4(00 0 o= 08',-<,--- „,,,' - (D @ K °- ,. 0 ° F 2-8 (0(0 0 0 ,,,- n_ 0- O 0 O” , " O< 3 n p 0770 JD -� <0° ° �Q° n 0 31 0 C (0 S= 0 @ io J 0 Barricade and Construction Standard Sheets General ITEVISINW BY DATE DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION BARRICADE & CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC(1)-07 CITY OF CORPUS CHRISTI TEXAS Deportment 0/Engineering Services 00 5 sQ p $n RNISI 14 MO 0 4 0 u£ m3�o a� 11 »S§§8.§ D RFT. ION D. OE ON SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION BARRICADE AND CONSTRUCTION PROJECT LIMIT STANDARD BC(2)-07 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 3 b o -o o;o os m (n Q~o 8 F 9 0 1 w i LLQ RENSION NO. NUE DESORIPTIM REVISION NO. DESCRIPTION SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT STANDARD BC(3)-07 A CISY CORPUS CHRISTI TEXAS Department of Engineering Services g 8� � TK(17\ °�a aea ®°ar,,IU�� R 9 mpm°e $" 'R uee ad3 PPHC� Nni 4. ae.�.; ns'n ' ' ' �'= ;g ti� o'e 71 a� a^mF of a £z=V 3 \R ®%r ®� 8o f I� Ea"9 r1 9� 0(1T7MS 8$ pE iro+�ian. s — g' ®Ard 3 3 3 3.4 .n% $�8en D v 09 0� El &A ,i ce \\ 7 > S . m U v - ,d i. `` > E, 4x ¢ 9 ass a „ g o' gra yR3�_z 2%¢a A mss°= w eg^^° "g on / / u, \ a . z ms 3 cnrb N=,. =ae 3x�a" ka�^=�t ovos�a �A .5 .��/////// .1 I �33N 3 KR Y� 9 S d3 Zm �� . `� AAti // .a d^ A A 4 a 54 3 43 -i, AT w''% �_ o eS d "n @mx � a �R _R'nF o' _ _ „' m = 4�oa= �ro—,o - 3 0 0 0 fill gN 8 .sR"S^^^e •R4 S '° �g �' �P�g3.t Eg��. A�g2�acg$�42sS�$eq�R^93z3 9uG RYw�9$'S s^ �^¢ eR'�a6R SFC.5 E3 3.3 S^ 2� a eg ¢^ Rq" 7a s= s n Y �' .. P z.ry-z _.5�� d3: R F���6 °��sA ^€e g �_^"`qq^�a�' �,�RN R 30 ��a ons -_- 23 �� g�,���4o3av �§3re'¢_3 "YR54�38��3i`e aS�E'a g 0.�a3:Q3 o.'^ �:m �oes� �9 - ° _e _' _ _R; E•%SR m Sa39i:% i - - 3 d oacx���ox swx NO 00. E ¢IPTON REVISION uo. ah e, R o '''4 N O p SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI E _ TEXAS ` -5 Engineering Department of €n Services �a$� "y P t'"�i p '"/ � ick^ i' a E€ q. milk O Cop, bine! 0(Mims ,L3 �x.. �„.„, °a cam+ +¢ a - BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES STANDARD BC(4)-07 a m. NH — s�eN e- _'e.g s WEDGE ANCHORS ie Anchor sign supporta Systems as for elms shown to 10the square feet of Stamford n s rete or In slur. eNs if opposed by Me Engineer. Ss Engineering StantlerE Shoes an 9C(1)). � Y a� O — 3P UT..— . rn k;;1"o Z •® ® N Z A f o .... a •®�tl�'3' nN ITI Z X39 $, r — - 8g: / '. C u` g op HI o 8.II �- N .m- z s�� D� e s R -0 N mma. ¢ & OD POST SYSTEM MOUNTED SIGN SUPPORTS e a m F e e 1 3 6 4 NG Rw �o Y. ¢o" F \ US as a ' 9 Bn g exe -3 4 mq v8� boa ^.x a 3g 5a go 6 3a .$F oe p n 3'�R N'R'" as Sea O K Bg _ age 0 Z 5z z , ST 33 Eos Z .o U 9 0 €- R. In g o ' �- 8 s xo. w*e aeAaox NO. on,E ar DESCRIPTION 3siox SHEET 53 of 60 ASO. PRONG N0. STL 170 SHARPSBURGDESCRIPPON LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI TEXAS /Awl CGatlerra Ingineering j a =O g;•• g '� CilTi 'hasm�zao RI' J1,.¢ �a�..eearsee :1,: S g 8i - t°„'..•^�s� BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT STANDARD BC(5)-07 �"-� Department of Engineering Services "° `""°°� = Do, 1" '.-/ 9,ie Y1 _a�, "Ree'ss 90 =-4-= '973"- Q".3�g9s��- 6p <a ^ oag>; g mm "624 41 .4 - g q 4 4 ¢ 8 ooa £ m cc a 5 9aA Y4 IP 5 sn a nsoa dwoa/aur /pooy n d IL o m5> e (n m 0] 0] a 6-7 40 a 0] 5> 3 -H (n 7J a3aN3wwoo3N 5 3 s}sn }uauodwoo aigssod :Z S311IALLOV MOAGVOI ONI?Jfla DESCRIPTIM DESCRIPTION 2 5 SHARPSBURC LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN STANDARD BC(6)-07 ACITY OF CORPUS CHRISTI "-Lg. - TEXAS Department a Engineering Services AR : R Z ""� CA3,p, a e ;Emn a.> $, gnv Re z "=m n�a3 n;P�o ga'e Asa Tg�a gJn "R�fq Mn� 94q c a £S nR c ^ .0 Rgs9" 393' -s_ ^"gepi z Qm s'R ...=4�naa Ref_ -e 1 ,,,.. : s — - _ S`= 3° 3 3 3. m ^3 g 3� g- »Rs a "m'6 3G^93.1a 3.'" R3t '� -_R� .e go 9y^SeoS g3ane �a Rgna R3 oe ag'�ze' �s"wap eS'Se 3„'e9 np'o o3 . 4m 2350 �^��.ne6y-R.s $3E oe A ^tee' m7^off' rz" c X 5 a�^ a^'s =443 R3tlq; () X �3. z - a � z o R 9: ,.... "sm S$b ., e3�d�.R34R^3� 4$:x3,g 5 ff RY _ - =��'Ra6= ageR:=si �--.s 4 3 5 a - _ - . 3�a�RR owe"�`-R.a �9R.' g 3 ga° ^ �a� s . , _ @ m^ex .g38 o_o-"�R5 a�R9n 99 R„_' g'sax» k T Rz .= s.xo a mag + -22, FP amu. ',,, ({�, -e gomA CO Fs UIII1 - Al n%Rm =moi f,l frl ,'-',r” . 3 7J ` " — V1 Am 3 rl - o O a_R 7J g" $ 0 z 71 En -1 pi r .TJ m „ < T1 ng TI z / = o C7 ✓ "s e' e 3 8 s Six Az8 F. HIRFlC eomRslocsCINIG axEPFsmE \ ( m co o D 72 agd6oa I. eg 3 `�' a ge ¢g 48�ss- e c 04 �R. n9 -'e s^ "^q”'- S zg°! a.� f,l8R / FEI66¢ \\‘!it _ _ L.. e ' a " a R '^°�_' 4� e^_ g `qq o eR g4RR = "y�s �'" 3 w 8 " . - ^'p-•�a aa.=>� Sa.o ' : - - ^ N m8 R a a $ma= c�" - voe " 2.X34 p.,'"' - - ps-_ o® END TREATMENTS FOR CTR'S USED IN WORK ZONES End treetments umd on CMS's in work zones wo shell meet ma °, atmeaMs as defined F he National Cooperative Highway Research Report 350. Refer to the MVECN List to approved end treatments and i mured's., q s '. D m" u 1 e, k's 23 RS n f,l 4s \\ �•�� D sa \ , 3 o A 70 9 (n 99nC'6rsRS"y n _ "" "°_Q 'B�va�""^nni esRa K g42aT ^ O ^"^a'¢'4ga Z 9El _ 0 na,.. -= > a �0�3 �o 1 e4 o D Bae H __ 9 8 " a s € a c a _ " _ ' mn3i, 39 a3 yR�'°4 •9 eg"aE^ » —8,@ — --_^Sa e 'Co .s§ Pg geo ^z�^" R`- s g a' ssm�'es3; n�a 0"`;s 5993 4 e4.gF_-ggSa 3P Q =-S" �R^ J . "�^s'^a as _sen f $ g"RYa3.a "e8B 2 ?='e 9g goy >8EY -q z"g '' ir-3vez e� sgo4 gS,F s -o e''B - s' s^" : '• ” 3g3m •°.'• o o 0 Baas ••.•• • . o° °o a„°E ,"`sj 8 I. a n o'� '" . ._ - -- --_ v ; _ 7 ` R3 s `=a.8k� 8 4 -^ X33¢,'¢'& ° 1:0,-, - D .-0 Rgaa Tpa�4 �mFz z3"'a$ "g pp "g § _ o a— .—_ o X303".° m5 Ezf> �o�£ s_•• • a 71 @ r D3E"c3 eta "_ -- ym' xosnx xo. wry e< PoLIFT .1510HCITY oeae��r�ox a q SHEET 55 of 60 RECORD DPOING STL 170 SHARPSBURG STATION AND UP RNER ROAD FORCE MAIN REHABILITATION /_\ OF CORPUS CHRISTI TEXAS �� AY _ © ,. C%4 II Gallen. Engineering F-333 "�xsao�� s"�uzso vo": (3s�,�,`vb, bx waso.rsse� E.S cn u, eos.,mm ��o&_ ®� "' t"� �,�. �:./ 2 . .:� E ARROW PANEL, BARRICADE AND HTS & ATTENUATOR REFL., WARN. LIGHTS 7 ATTENUAIDR STANDARD BC(7)-07 — - V,,.= Department o/ Engineering Services , 8 _9e ! ^3e.� ye 9^°e. _ mR •. �w Pm'= £ o°� $ g8.'R p_ ..k ge�-aA <n � ,. -o;. qG 2. min o `,. Q3 °8.1 _; _39 a9-�V A1' �'6 eo aq-�3 a.- a53e<q_- ' ' E 9 ^p zn 8e a ^e.&5e 'a 82^v3' ew s933^8a9p777g"e-? 's m ^�oVR7 y^9e.o sen9sye< ^S 8o 2A9'e f e 3 Bxy Dee 88 FPq s=$p , J9ae os =�'° ?. 2k 0 6 93388 3 2 a"3 9--- oa 58a . - .0 '6 _ uP - B_Feg 9a o8 ' G9a'~Re^ -- - e� a.e H. ". 7� -- q " �g ..�a� - `a R h S a Q g3 -�.� 0° �md3 Pr;� 9- 3 ° as 3 8Ga �. 3 ax 9.8 1 '�"S � 8b '0 R � u i g °d S"57& , 9 E9 2 E ^ e 9 F%5. ,» 7 B g i o$. 9 -R %9 \ / a"mom �a a2"mox I 1- =-^33. 4IIa r 8j w u. u N 'oe 'R '' ., - g2. 'oma P_^°: i38v. @a= ae7 -�m=na^q�ag Rnzmw4 a�d'¢e;^aSana�s vo_. R93' A ad'- ``=8om _a8s'n5 8° . a. e� 98839 ^ , 0�-3 ' `7. �p o ;�e 5� ro ; - °a ,o s�9 3mo dui �' ��k W `��_ i , o� • a g� K� oz.s ,a ^ e s F R 3S els! 7 £ z ^m9�e� 9. a = 2 4 S°;L esus e ^ s 5_€g .� `- x9 V� 08 s' .4 r a%e,a o? ,, fir/ ' n z " sa p / is. 1 1 9a`° gg9ng%�"sa mBF'easa^zs^ v,c s 99 sp> "mea ��ssg3`sn' -e$ E_ tseB�N ➢ A= 5= da 4a'^Eee3^ s�"oo Oue a g, 04111 gp_ Q� 8sg3 sYs no f33 "F'a95 py aZ, o -1O Qw o ags3 >> p °���m1eu.WwN�•P•- REVISION NO. u 9r cemxiniox ON O. ocscwmiou 1 RP PROJECT / 73119 weer 56 0a 60 REM. MORK NO. STL 170 SHARPSBURG LIFT STATION.--..,N AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI _ TEXAS `""" Department of En glneering soowoos WO,�, Reboot 0Wenn LY.�'• &','^ �, i�� . /„a4.- Ng a€ � 7 DO sa", M° 7555 BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD BC(B)-07 a9 9zm `� a 79iigs7 g o sa 3 e9 Sd&� `€^€S5a 2£ e 3.v- gas I, xee eR SPC 33 SSg R9 s� R ¢ r �/ r • 9 3°3ag ; 'iS /� 111 , o' a ^fig^ ^lad E a' o`� 9� �g 3. z.�4 g' a5"�93$ eKer G o" �9,'^,�A - y h �, �,• .. ' Y Y/ v - / e a -S �9 _=_ ^ $. BA4� z -7,- "^-a ^ ro8 p N r N N- . ,., . ^%'B AR �"A � �''g g. a saa 3 3 s 8;8 . ed. P• il— p. g� 3g.%8 gss xg 5 s0AgR3 g e � 2 :$§ea "3g agga3 '' a ,"s"eg $ a e_ o. 9 ".x% S4 g -3g -� 3R 93 , = Z m :9r9e C R6 _ 3B �' Gi $ x"_"aig3 gR3 ¢ T'g e s gbh a 9 5 —1 o sA s3.3 nx _g _x�5: . ='='-a 3`^oX R "B i g . x J, - 0e8e9 .g^d Rl n.l+,� G)Z '�'j$ �B S To o lD li ^J cn a5& o R'R fI V 3 Z4' min. ll F $`e ® �I ani r m k 1011sza ,..i.k .� $ '�RR 3e\ iim �d Rg ,I s� 5z % gsa o >$ Ka6o_ �� Iu��r o S 12 gE 5"II =y48 o DI II ` °e Fn m P -amR 2" sg e37 A g3e 3m3� A'.. =�.,4¢.1p. 3 e¢F SrB A"; n:e�^ ` S 2w3 q,"q^e3'R rvxg" "i 3:% 3 oxznF.8q a9 doo33'Ta o"$�B x�o s oc3e o3 .s $' G. ���S,w ® 830_$& R^r^ e rr``.R > VS5 LANE FRC � e e - m.as gge��o 3�ao^nQ rx gs.g i0� ,4 „_ -� x. '3''D :'-eaaRaoa%9 � 3- " �'"R 5s a �." "3^6dg sa6 sn ¢$sa3 m R^ve�;�g g og��dam�sE aaaaz Bs, 3 ? R3e--�t tom Nm4� i.�g e$ ga 4�m o3 a"i9 ppm s 33 a2 "R.to " 9� g s.g' a R a T yID D 4g A ouowoowoAu oi=gyy H, n?v39 n $ aes0.'.Y9. 2 �r a I ;x%'•%3 1 Olt • a:R- ..am6; gaass9adfi 6I 9 ii oN-, i sro a 1 � ... o %� .- . ^ P y o 05^'. yea g ®`�i "�Q2 53�T g"a9 Q':. o ° ,e • =°s� �m¢pW9: ^R=3`e 5493E s^a€ s.Y�$ a aQs„_o NAc°d� 'g os ^s9 �y ag6o5e3F n nn Q. '7.-r80.7"8.7 :ooAgf77 -7 5'g ege. yge e9 3 - `-gym spa d so 4' ¢ u[ ° • 8 0. = e• asou ND. DATE En TTIONae"a"x DESLSHARPSBURGa xo. w,c a+LIFT oEs�a��ax SHEET 57 m 60 RECORD DRAWING AK STL 170 STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI ___ TEXAS "•� of En gineering Services �a 1" _ t�1� I - � :%i/ '� V g, peyBgOymm�'�^r,� Hymeamc,L.P.=i 5 om 9� .d9�nz� �r�eg s, rno 7s..• E-m,i, � . BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD BC(9)-07pepartment n 3 /EAMON HO. DATE DESCRIFTON PEYSION DATE ET ? SHARPSBURG LIFT STATION V7 N '-7 AND UP RIVER ROAD r---,__,,, ~- e F., FORCE MAIN REHABILITATION N4 8 BARRICADE AND CONSTRUCTION 0 O CHANNELIZING DEVICES STANDARD BC(10)-07 CITY OF NF CORPUS CHRISTI TEXAS Department of Engineering Services vs= aP o=1 sgso a A a _9 �qe otpg_ 843 z£--_� ➢'_a `4 w�oo8q;i�o_- a5R 4 S AaRcgp 9b^ 5od� �o �� ��q oBe mfoo 55 30 $P$ R�Rg3R�� $ -ff �, -_ ata �va 26 n a 3 1 8 R S fi PI Roised Pavement Markers used as Guidemarks pavement1. Raised os gore.. rks mol be from the approved produc[hob srequirements of Alled pavement markers provided m o mm- 2. 0 temporary be of Ne same raised 3. mmk shallmateria hot applied ar Adhesive pad ef0r all surface, or Wermoplaslic for concrete cwdemerke mall be designated oro YELNH OW - (two ember 'elect. surface with yellow body). WMBF - (one silver reflective mwloce with while hotly). eR �g. ae3 �^a'3'aafkeaa?o4 SB'R su xRe_xo_ -ea-=a sRR�n �a.s3 U?fie Rs'�e ;.3 mu'�3gsso STAPLES OR N TEMPORARY FL TABS -x 1 I III I II II II R� -nna may" a- �3as'So _ � - � I.—v —=I o� DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTOPI2ED) DMS -4200 TRAFFIC BUTTONS EPOKY ANC ADHESIVESOS-B1r10 BITUMINOUS ADRSIVE FOR PAVEMENT MARKERS DMS -61]0 PREFABRICATED PAVEMENT MARKING -PERMANENT PREFABRICATED PAVEMENT MARKINGS -REMOVABLE CMS -8241 TEMPORARY FLEMBIE-REFLECTIVE RONDWAY MARKER TABS DMS -0242 A list at prequtlMled reflective raised pavement moMers. m -reflective traffic buttons roadway marker lobs and other pavement markings can be tame of the Material Producer Mm web address Nun on BC(1). - SHALL NOT BE USE E -REFLECTIVE RO ME PAVEMENT SUR Flexible -Reflective dway Marker Tabs FRONT NEW zA 000g9r o ED TO SECURE ROA MARKER FACE _ \_,kJ 8 PENSIONNO. DESCx PPON PENSION NO. DATE e. DESCRIPTION N N r v O p SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION CITY OF CORPUS CHRISTI _ TEXAS `"�` Engineering Deportment of En Services W ^{ fit" �.•a; �+ g mS g $ Coyq AehmR UGotiertalir m�evmS,, L.P. �/L��7al 'Y VIPs oa-x"smme",s l�rz3x E.M; 6i��%<"""mss BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD BC(l l)-07 Mite a g o g a g o g g nTme w buttons n <o n p g g n a l -c or II -C-R 0 0 0 BROKEN .. .. I --to 1 �o ,� -c o< II -A -A or 1' buttons Yellow A n Donn 000 0 0000 Type W o Type ova Y buttons , \ agog°Doo o °ogngggngggn.--0oaaangggo0a0. NE 1.--... +_r 1 onggoog 00000g o °ggnggoog000 � e , =a® �,o 30. -.I MlteorYello Type ono o". ogTroeY c, o Type -n mita e 1'5 w cotton: �g gg nom .00 n goon o (when required) REFLECTORI0EO PAVEMENT MARKINGS RAISED PAVEMENT MARKERS 0 0 0 0 0 0 0 0 o 0 REMOVABLE MARKINGS 5_ o 0 o 0 0 0 0 0 0 0 0 0 o 0oWITH RAISED a 5 Prefine=m=e mnrknq= may be sa=;wlea for renKmnxee portennl mnrkmgs. Type I-C p t AR approximate Rn I.- is 1 30. .I PAVEMENT MARKERS If of the sualk.. MOVABLE markingavement markers ore s. LANE taee Pavement Marken LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS m the mid Ingle of Npe used for Waken , _ _\ > 3 . I :_C' ° `,0 „ . 00 ° < 3% /REA Tvpe Y b,,,ons Type II -A -A "a DOUBLE a to tz• io 0 0 0 ko o� 3 °...o,s 0000 00 00 1 NO -PASSING i ° i.a LINE s m Is .r `fellow Tape -C . I -A or II -A -A Type kV or Y buttons EDGE LINE o . 0 0 0 0 0 0 0 0 0 0 OR SINGLE =D s .,r. ,.,r nEaenv„ra + \ | \\; �.� ^_ ~ ," IP,. SHEET 60 of 60 WORD WV. NO SIL 170 ���mT _ UP RIVER FORCE REHABILITATION \\ \~~!\7 wEngineering Services _._, , & - » \ BARRICADE � m�a PAVEMENT _K PATTERNS STANDARD__ Department 00 9101 ADDENDUM NUMBER 1 Sharpsburg Lift Station and Up River Road Force Main Project: Rehabilitation Project Number: 7389 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Coym, Rehmet & Gu errez Engineering, LP J. Don Rehmet, PE, RPLS Addendum No. 1 Specification Section: 00 9101 Issue Date: 9/21/2016 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: J. Don Rehmet, PE, RPLS Act isi.416--- t N Da e Addendum Items: Revisions to 00 30 00 Bid Acknowledgement Form (Attachment No. 1) Revisions to 00 45 16 Statement of Experience (Attachment No. 2) Revisions to 00 72 01 Insurance Requirements (Attachment No. 3) Revisions to 00 72 02 Wage Rate Requirements (Attachment No. 4) _ �tiP�E OF rF�q�+li %, JOSEPH DON REHMEf 'i -v% 36151 l o; t4%OVAI��� Coym, Rehmet & Gutierrez Engineering, LP TBPE Firm Reg. No. F-388 Addendum No. 1 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 00 9101 -1 Rev 01-13-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM in its entirety. ADD: SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM in its entirety (Attachment 1). C. SECTION 00 45 16 STATEMENT OF EXPERIENCE: DELETE: 00 45 16 STATEMENT OF EXPERIENCE in its entirety. ADD: SECTION 00 45 16 STATEMENT OF EXPERIENCE in its entirety (Attachment 2). D. SECTION 00 72 01 INSURANCE REQUIREMENTS: DELETE: 00 72 01 INSURANCE REQUIREMENTS in its entirety. ADD: SECTION 00 72 01 INSURANCE REQUIREMENTS in its entirety (Attachment 3). E. SECTION 00 72 02 BID WAGE REQUIREMENTS: DELETE: 00 72 02 BID WAGE REQUIREMENTS in its entirety. ADD: SECTION 00 72 02 BID WAGE REQUIREMENTS in its entirety (Attachment 4). END OF ADDENDUM NO. 1 Addendum No. 1 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-2 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday, October 5, 2016 at 2:00 pm for Sharpsburg Lift Station and Up River Road Force Main Rehabilitation. 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 - Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No, 7389 Addendum No.1 00 30 00 -1. Attachment No.1 i Rev 01.13.2016 Page 1of6 Addendum No. Addendum Date Signature Acknowledging Receipt i I ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 1 Page 2 of 6 003000-2 Rev 01.13.2016 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base 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. 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. Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 00 30 00 - 3 Attachment No. 1 Rev 01-13 2016 Page3of6 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 400 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 430 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 1 Page 4 of 6 003000-4 Rev 01-13-2016 ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 1 Page 5 of 6 003000-5 Rev 01-13.2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No.1 Page 6 of 6 00300D-6 Rev 01.13.2016 Addendum No.1 I Attachment No. 2 Page 1 of 11 00 4516 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 004516-1 Rev 10-6-2015 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non -responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 —PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY, MBE, AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE -PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. Statement of Experience Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 2 Page 2of11 J 004516-2 Rev 10-6-2015 Addendum No.1 Attachment No. 2 Page 3 of 11 1 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 004516-3 Rev 10-6-2015 Table 1— Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) • Corporation ❑ Partnership 0 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 2 Page 4 of 11 004516-4 Rev 10-6-2015 Table 1— Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 00 4516 - 5 Attachment No. 2 Rev 10-6-2015 Page 5 of 11 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 I EMR Year EMR Subcontractor Year EMR Year EMR , Year EMR Statement of Experience Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 00 4516 - 6 Attachment No. 2 Rev 10-6-2015 Page 6 of 11 Addendum No.1 Attachment No. 2 Page 7 of 11 J Table 3 — Projects Awarded during the Last 5 Years Organization doing business as: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Prosect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 004516-7 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Proiect 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 2 Page 8 of 11 004516-8 Rev 10-6-2015 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Prosect 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: Proiect 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: Proiect 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 00 4516 • 9 Attachment No. 2 Rev 10-6-2015 Page 9 of 11 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 T } Statement of Experience Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 2 Page 10 of 11 ARTICLE 4 — CERTIFICATION 4.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: By: Name: Title: (typed or printed) (individual's signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 2 Page 11 of 11 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 —INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises —Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim X Required 7 Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents X Required 1.] Not Required Installation Floater Required if installing city -awned equipment Equal to Contract Price X Required J Not Required Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No, 3 Pagel of 10 007201-1 Rev 06.22.2016 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A -VIII or better. D. Furnish copies of endorsements and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT's failure to demand such certificates or other evidence of the Contractor's full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor's obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. 1. 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 Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 1 Attachment No. 3 Page 2 of 10 007201-2 Rev 06.22.2016 Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available I5O Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 1 00 72 01- 3 Attachment No. 3 Rev 06-22.2016 Page 3 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. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 1 00 72 01- 4 Attachment No. 3 V Rev 06-22-2016 Page 4 of 10 u policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 -days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 1 Attachment No. 3 Page 5 of 10 007201-5 Rev 06-21-2016 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable 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, Insurance Requirements ' 00 72 01- 6 Addendum No. 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Attachment No. 3 Rev 06-22-2016 Project No. 7389 Page 6 of 10 named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or anymaterial change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. 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. Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 1 Attachment No. 3 Page 7 of 10 007201-7 Rev 06-22.2016 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.Q. 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. 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 Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 3 Page 8 of 10 007201-8 Rev Q5-22.2016 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. K. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; Insurance Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 1 Attachment No. 3 Page 9 of 10 007201-9 Rev 05 22.2016 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 3 Page 10 of 10 007201-10 Rev 05.22.2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1—PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 4 Page l of 4 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) General Decision Number TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of 510.15 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) 59.05 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. 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) (11)). Wage Rate Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 4 Page 2 of 4 007202-2 REV 06-12-2015 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. 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 Wage Rate Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 00 72 02 - 3 Attachment No. 4 REV 06-12-2015 Page 3 of 4 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 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 4 Page 4 of 4 007202-4 REV 06-12-2015 00 9101 ADDENDUM NUMBER 2 Project: Owner: City Engineer: J.H. Edmonds, P.E. Sharpsburg Lift Station and Up River Road Force Main Rehabilitation City of Corpus Christi Designer: Coym, Rehmet & Gutieir .x Project Number: 7389 3 Engineering, LP J. Don Rehmet, PE, RPLS Addendum No. 2 Specification Section: 00 9101 Issue Date: 9/27/2016 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. Approvy: J. Don Rehmet, PE, RPLS Nal D Addendum Items: Delay Bid Opening by one week to October 12, 2016 Clarifications & Answers to Questions Asked on CivCast that impact the plans and specifications. Attachment No. 1— Amended Section 00 01 00 TABLE OF CONTENTS _ %%%%%%% =ZE tF i, . G, ...• moi, ••9J!+I *: iN `*,i i*' • * i • %, JOSEPH DON REHMET !��'•. 36151 ; 4qk FCS TER•` Al" f. 14 9/�i� Coym, Rehmet & Gutierrez Engineering, LP TBPE Firm Reg. No. F-388 Addendum No. 2 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-2 Rev 01-13-2016 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 A. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS — Article 3; SECTION 00 30 00 BID ACKNOWLEDGMENT FORM -Article 1: 1. The date for receipt of Bids has been changed to Wednesday, October 12, 2016. The time of day and location for the receipt of Bids remains unchanged. ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 ADD, DELETE OR REPLACE SPECIFICATIONS SECTION (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Section (or Technical Specification): DELETE: Standard Specification 151502 Ultrasonic Doppler Flowmeter and Recorder (S-118)* REFERENCE: Technical Specification 169900 Ultrasonic Flow Measuring Equipment. B. DELETE: SECTION 00 01 00 TABLE OF CONTENTS in its entirety. ADD: AMENDED SECTION 00 0100 TABLE OF CONTENTS (Attachment No. 1) ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3.01 MODIFICATION TO DRAWINGS A. MODIFY: SHEET 3 "ESTIMATED QUANTITIES, TESTING SCHEDULE, NOTES" By DELETING NOTE 3 under the "MANHOLE NOTES" in its entirety. Refer to Specification Item 027205 "FIBERGLASS MANHOLES (REV 03-25-2015)" for similar content. Addendum No. 2 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-2 Rev 01-13-2016 ARTICLE 4 — QUESTIONS & CLARIFICATIONS 4.01 QUESTIONS A. Question: "Are existing pump rail system bases to be reused or replaced?" Answer: "Replaced" B. Question: "Will other pump manufacturers meeting the design criteria be approved for this Project?" Answer: "No" C. Question: "We have been asked by a few of our subcontractors for another week to bid this project because of the complexity of it. One extra week would help." Answer: "The date for receipt of Bids has been changed to Wednesday, October 12, 2016 per this Addendum." D. Question: "What type of wall pipe supports will be required for the 12 pump discharge pipe inside the lift station wet well?" Answer: "Stainless Steel" E. Question: "What type of flange bolts, nuts, and gaskets will be required for this project?" Answer: "In wet well 316 Stainless Steel nut & bolts. On exterior piping - hot dipped galvanized nuts & bolts. Gaskets per specification Item 26206 "Ductile Iron Pipe and Fittings." END OF ADDENDUM NO. 2 Addendum No. 2 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-2 Rev 01-13-2016 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 (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev01-13-2016) 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience (Rev 10-06-2015) 00 52 23 Agreement (Rev 01-13-2016) 00 61 13 Performance Bond (Rev01-13-2016) 00 61 16 Payment Bond (Rev01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev 01-13-2016) 00 72 02 Wage Rate Requirements (Rev06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work (Rev01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03-11.2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 1 OF 4 000100-3 Rev 01-13-2016 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 Part S Standard Specifications 021020 Site Clearing & Stripping (Rev 10-30-2014) 021040 Site Grading (Rev 10-30-2014) 021080 Removing Abandoned Structures (Rev 10-30-2014) 022020 Excavation & Backfill for Utilities (Rev 03-25-2015) 022021 Control of Ground Water (Rev 10-30-2014) 022022 Trench Safety for Excavations (Rev 10-30.2014) 022100 Select Material (Rev 10-30-2014) 022420 Silt Fence (Rev 10-30-2014) 025610 Concrete Curb & Gutter (Rev03-25-2015) 025612 Concrete Sidewalks & Driveways (Rev 03-25-2015) 025802 Temporary Traffic Controls During Construction (Rev 10-30-2014) 026202 Hydrostatic Testing of Pressure Systems (Rev 10-30-2014) 026206 Ductile Iron Pipe & Fittings (Rev 10-30-2014) 026210 PVC Pipe — AWWA C900/C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains (Rev03-25-2015) 026214 Grouting Abandoned Utility Lines (Rev 10-30-2014) 026404 Water Service Lines (Rev03-25-2015) 026409 Tapping Sleeves and Tapping Valves (Rev 03-25-2015) 026411 Gate Valves for Waterlines (Rev 03-25-2015) 026602 Wastewater Force Main (Rev 10-30-2014) 026604 Air Release Valve for Wastewater (5-96)* 027200 Control of Wastewater Flows (Temporary Bypass Pumping Systems) (Rev 10-30-2014) 027203 Vacuum Testing of Wastewater Manholes and Structures (Rev 10-30-2014) 027205 Fiberglass Manholes (Rev03-25-2015) 027602 Gravity Wastewater Lines (Rev 07-01-2015) 027604 Disposal of Waste from Wastewater Cleaning Operations (Rev 10-30-2014) 028340 Chain Link Security Fence (Rev 10-30-2014) Table of Contents Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 2 OF 4 000100-3 Rev 01.13-2016 Division / Section Title 030020 Portland Cement Concrete (Rev 10-30-2014) 032020 Reinforcing Steel (Rev 10-30-2014) 037040 Epoxy Compounds (S-44)* 038000 Concrete Structures (Rev 03.25-2015) 055420 Frames, Grates, Rings & Covers (Rev03-25-2015) 099020 Painting (S-56)* 113100 Fiberglass Reinforced Plastic Wet Well (S-64)* 151020 Check Valves (S-104)* 151030 Eccentric Plug Valves (S-105)* Part T Technical Specifications 016510 Testing and Startup 028020 Cement Stabilized Sand 022410 Storm Water Pollution Prevention 130800 Passive Earth Filter 139000 SCADA System 139800 Pump Controls 151620 Submersible Pumps For Wastewater 160100 Electrical General Requirements 161700 Grounding and Bonding 162350 Engine Generator Systems 164020 Electrical Wiring Systems 164210 Utility Service Entrance 164430 Motor Control Center 164500 Enclosed Adjustable Frequency Controller (1-500 HP) Part 1 164610 Dry Type Transformer 164700 Panelboards 164960 Automatic Transfer Switch 165730 Overcurrent Protective Device Coordination Study 169200 Packaged Control Room 169800 Level Transmitter 169900 Ultrasonic Flow Measuring Equipment Table of Contents Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 3 OF 4 000100-3 Rev 01-13-2016 Division / Section Title Appendix Title A Geotechnical Report: Subsurface Investigation, Laboratory Testing Program and Foundation Recommendations for the Proposed Sharpsburg Lift Station. Rock Engineering and Testing Laboratory, September 1, 2009. B DOW Seadrift Pipeline Corp. Pipeline Crossing Permit END OF SECTION Table of Contents Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 ADDENDUM NO. 2 ATTACHMENT NO. 1 PAGE 4 OF 4 000100-3 Rev 01-13-2016 00 9101 ADDENDUM NUMBER 3 Sharpsburg Lift Station and Up River Road Force Main Project: Rehabilitation roject Number: 7389 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. 1/06 Designer: Coym, Rehmet & Gut errez Engineering, LP J. Don Rehmet, PE, RPLS Addendum No. 3 Specification Section: 00 91 01 Issue Date: 10/6/2016 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: J. Don Rehmet, PE, RPLS No 144,41-34 10/6/2016 Dote Addendum Items: Revisions to 00 30 01 BID FORM (Attachment No. 1) Revisions to 00 29 01 MEASUREMENT AND BASIS FOR PAYMENT (Attachment No. 2) Revisions to Technical Specification Section 139000 SCADA SYSTEM (Attachment No. 3) Revisions to Technical Specification Section 139800 PUMP CONTROLS (Attachment No. 4) Revisions to Technical Specification Section 162350 ENGINE GENERATOR SYSTEMS (Attachment No. 5) Revisions to Technical Specification Section 164430 MOTOR CONTROL CENTER (Attachment No. 6) Revisions to Technical Specification Section 164500 ENCLOSED ADJUSTABLE FREQUENCY CONTROLLER (1-500 HP) (Attachment No. 7) Revisions to Technical Specification Section 164960 AUTOMATIC TRANSFER SWITCH (Attachment No. 8) Revisions to Technical Specification Section 169200 PACAKAGED CONTROL ROOM (Attachment No. 9) OF \Tt i� I. •••• .'" .' * '-.0 li *. *i %, JOSEPH DON REHMET '��'•. 36151 ::� ��I iONAL j Er.=- Coym, Rehmet & Gutierrez Engineering, LP TBPE Firm Reg. No. F-388 Addendum No. 3 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-1 Rev 01-13-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS A. SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment 1). B. SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT: DELETE: SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT BID FORM in its entirety. ADD: SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT in its entirety (Attachment 2). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Technical Specification Sections: Deleted Technical Specification Sections SECTION 139000 SCADA SYSTEM SECTION 139800 PUMP CONTROLS SECTION 162350 ENGINE GENERATOR SYSTEMS SECTION 164430 MOTOR CONTROL CENTER SECTION 164500 ENCLOSED ADJUSTABLE FREQUENCY CONTROLLER (1-500 HP) SECTION 164960 AUTOMATIC TRANSFER SWITCHES SECTION 169200 PACKAGED CONTROL ROOM B. Add the following Technical Specification Sections: Added Technical Specification Sections SECTION 139000 SCADA SYSTEM (Attachment No. 3) SECTION 139800 PUMP CONTROLS (Attachment No. 4) SECTION 162350 ENGINE GENERATOR SYSTEMS (Attachment No. 5) SECTION 164430 MOTOR CONTROL CENTER (Attachment No. 6) SECTION 164500 ENCLOSED ADJSUTABLE FREQUENCY CONTROLLER (1-500 HP) (Attachment No. 7) SECTION 164960 AUTOMATIC TRANSFER SWITCHES (Attachment No. 8) SECTION 169200 PACKAGED CONTROL ROOM (Attachment No. 9 Addendum No. 3 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-2 Rev 01-13-2016 ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Question: "Regarding Base Bid Item C29, the bid schedule has a quantity of 1 each. However, plan sheet 3 has a quantity of 2 each. Only 1 each of these valves is on the new, buried, 20" Force Main. The other is exposed on the Lift Station discharge header. Please clarify whether both of these valves are to be in Base Bid item C29; or, if 1 each is to be in Lift Station Base Bid Item B2 and only 1 each is to be in Base Bid Item C29?" Answer: "Base Bid Item C29 is for the one (1) each ARV located on the new, buried 20" diameter force main. One (1) each ARV located on the Lift Station manifold discharge piping is to be included in the Lift Station Item B2." B. Question: In the Bid Schedule, Base Bid Item C30 is for the 3" Air Valve Assembly off of the new 24" Force Main at the Allison WWTP. The quantity in the Bid Schedule is 5 each. However, on Plan Sheet 18, there's only 1 each 3" Air Valve Assembly at about Station 4+10. Plan Sheet 17 shows an existing 24" Sand Bedded Force Main with 5 each 3" Air Valve Assembly (These are Air Valves designated 3, 4, 5, 6 and 7). Is it right to assume Base Bid Item C30 should have a quantity of 1 each? If so, should another Bid Item be in the Bid Schedule for the 3" Air Valve Assembly on the existing 24" Sand Bedded Force Main shown on Plan Sheet 17? (Plan Sheet 3 shows Base Bid item C30 with a quantity of 1 each, but there's no Bid Item for the 5 each 3" Air Valve Assembly off the existing 24" Sand Bedded Force Main). Answer: "A revised Bid Form which addresses changed quantities is included in this Addendum (Attachment No. 1). Bidder shall note that all existing and proposed ARV's are shown on Sheet 17. Only those ARV's marked as "New" will be constructed on this project. Bidder shall note the bottom of the profile view on Sheet 17 which delineates the extent of Force Main size, material type and bedding." END OF ADDENDUM NO. 3 Addendum No. 3 (Project No. 7389, Sharpsburg Lift Station and Up River Road Force Main Rehabilitation) 009101-3 Rev 01-13-2016 00 30 01 BID FORM Project Name: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project Number: 7389 Owner: City of Corpus Christi Bidder: A2 OAR: TBD Designer: Coym, Rehmet & Gutierrez Engineering, L.P. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid PART A - SITE PREPARATION & GENERAL CONDITIONS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Site Clearing and Stripping LS 1 A3 Unsuitable Site Soil Removal and Replacement LS 1 A4 Existing Lift Station and Sitework Demolition LS 1 A5 Storm Water Pollution Prevention Plan LS 1 A6 Traffic Control Measures LS 1 A7 Allowance For Unanticipated Adjustments LS 1 $ 50,000.00 $ 50,000.00 A8 Exploratory Excavations LS 1 SUBTOTAL PART A - SITE PREPARATION & GENERAL CONDITIONS (ITEMS Al THRU A8) 20" 11.25° Bend PART B - LIFT STATION, STRUCTURAL, PUMPS, PIPING & ODOR CONTROL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Lift Station and Valve Vault Structural Modifications LS 1 B2 Lift Station Piping, Valves, Fittings and Appurtenances To East Lift Station Site Boundary LS 1 B3 Flow Sensor and Vault LS 1 B4 Lift Station Pumps, Base and Supports, All Accessories LS 1 B5 Odor Control System Including All FRP Piping LS 1 B6 Lift Station Bypass Operations LS 1 SUBTOTAL PART B - LIFT STATION, PUMPS, PIPING & ODOR CONTROL (ITEMS B1 THRU B6) 20" PVC Force Main, Lift Station To Up River Road PART C - MANHOLES, BYPASS STRUCTURES, PIPES, VALVES & FITTINGS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 24" PVC Gravity Sewer (12' To 14' Depth) LF 76 C2 24" PVC Gravity Sewer(14' To 16' Depth) LF 58 C3 6' Dia. FRP Manhole Over Existing 24" Gravity Sewer EA 1 C4 5' Dia. FRP Manhole (13' Depth) EA 1 C5 5' Drop FRP Manhole (16' Deep) EA 1 C6 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity Sewer LS 1 C7 20" PVC Force Main, Lift Station To Up River Road LF 275 C8 20" x 24" Reducer at Up River Road EA 1 C9 20" 11.25° Bend EA 3 C10 20" 45° Bend EA 8 C11 24" New PVC Force Main at Allison WWTP LF 460 C12 New 20" Force Main Tie -In To Existing 24" Force Main, Up River Road LS 1 C13 20" Tapping Sleeve and Valve at Allison WWTP EA 1 Bid Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 1 Page 1 of 3 Page 1 of 3 Rev 01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT C14 24" x 20" D.I. Reducer At Allison WWTP EA 1 1 C15 24" 11.25° D.I. Bend EA 2 1 C16 24" 22.50° D.I. Bend EA 1 1 C17 24" x 24" x 6" Tee EA 1 1 C18 6" x 3" Reducer EA 1 375 C19 Remove and Replace Section of Fence at Allison WWTP LS 1 1 C20 Tie -In To Existing 24" PVC Pipe at Allison WWTP LS 1 1 C21 6" PVC Force Main - Up River Road LF 1540 1 C22 6" 90° Bend EA 1 640 C23 6" Wye EA 1 15 C24 6" 45° Bend EA 12 1 C25 6" 11.25° Bend EA 3 C26 6" 22.50° Bend EA 2 C27 6" Plug EA 1 C28 1" ARV On 6" Line in 5' FRP Manhole EA 2 C29 3" ARV On New 20" Force Main EA 1 C30 3" ARV On New 24" Force Main - Allison WWTP EA 1 C31 3" ARV on Existing 24" PVC Force Main Sand Bedding EA 1 C32 3" ARV On Existing 20" D.I. Force Main Sand Bedding EA 2 C33 3" ARV On Existing 20" D.I. Force Main Concrete Encased EA 5 C34 Trench Safety For 10' Bypass Structure LS 1 C35 Trench Safety For Manholes and Meter Vault EA 4 C36 Trench Safety For Gravity Sewer Line LF 120 C37 Trench Safety For Force Mains LF 2300 C38 Trench Safety For ARV's EA 11 C39 Manholes and Bypass Wet Well Bypass Operations LS 1 C40 Bore Pit, Bore and Tie -In At Lift Station LS 1 C41 Excavation Dewatering LS 1 C42 Fill Abandoned 20' Dia. D.I. Force Main and 18" VC Sewer w/Flowable Fill LF 250 C43 Pavement Repair SY 625 SUBTOTAL PART C - MANHOLES, BYPASS STRUCTURE, PIPES, VALVES & FITTINGS (ITEMS C1 THRU C43) PART D - CONCRETE CURB, GUTTER, PAVEMENT, SLABS & MISCELLANEOUS SITEWORK (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 Concrete Pavement and Curbs SY 1190 D2 PCR Building Foundation LS 1 D3 Transformer Foundation LS 1 D4 Generator Foundation LS 1 D5 Odor Control Blower Foundation LS 1 D6 7' Chain Link Fence LF 375 D7 18' Wide Security Gate w/Card Reader LS 1 D8 5' Wide Personnel Gate EA 1 D9 Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor Control Water Service LS 1 D10 Crushed Limestone and Weed Barrier Fabric SF 640 D11 Removable Bollards EA 15 D12 Concrete Driveway Culvert LS 1 SUBTOTAL PART D - CONCRETE CURB, GUTTER, PAVEMENT, SLABS & MISCELLANEOUS SITEWORK (ITEMS D1 THRU D12) Bid Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 1 Page 2 of 3 Page 2 of 3 Rev 01-13-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - ELECTRICAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 General Conditions, Start -Up, Training and O&M's LS 1 days SUBTOTAL PART D - CONCRETE CURB, GUTTER, PAVEMENT, SLABS AND MISCELLANEOUS SITEWORK (ITEMS D1 THRU D12) E2 Electrical Demolition LS 1 TOTAL PROJECT BASE BID (PARTS A THRU E) I E3 Conduit Installation LS 1 E4 PCR Building, MCC, Pump Control Panel and Lighting Panel LS 1 E5 Generator LS 1 E6 Power and Instrument Wiring Installation LS 1 E7 SCADA RTU Modifications LS 1 E8 Instrumentation LS 1 E9 Transformer LS 1 SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E9) BID SUMMARY SUBTOTAL PART A - GENERAL CONDITIONS & SITE PREPARATION (ITEMS Al THRU A8) 400 SUBTOTAL PART B - LIFT STATION, PUMPS, PIPING & ODOR CONTROL (ITEMS B1 THRU B6) Bidder agrees to reach Final Completion in SUBTOTAL PART C - MANHOLES, BYPASS STRUCTURE, PIPES, VALVES AND FITTINGS (ITEMS C1 THRU C43) days SUBTOTAL PART D - CONCRETE CURB, GUTTER, PAVEMENT, SLABS AND MISCELLANEOUS SITEWORK (ITEMS D1 THRU D12) SUBTOTAL PART E - ELECTRICAL (ITEMS El THRU E9) TOTAL PROJECT BASE BID (PARTS A THRU E) I Contract Times Bidder agrees to reach Substantial Completion in 400 days Bidder agrees to reach Final Completion in 430 days The Total Project Base Bid shall be considered a Lump Sum Bid for the project. The breakdown of work items and, in some cases, the quantities shown on the Proposal Form are to be considered approximate. The costs shown for each item will be used for Bid Analysis, and, for the successful bidder, partial pay estimates calculations. Omissions of quantities or items on the Proposal Form which are shown on the plans and specifications shall not be cause for additional reimbursement or invalidation of the Lump Sum Total Base Bid. The Proposal Form contains a $50,000 item as an allowance for unanticipated adjustments. This amount will be added into the Total Base Bid. However, the amount or a portion thereof will be utilized only for unanticipated work authorized by the City and only with ancillary items in the cost of the Proposal item of which it is a part. Bid Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 1 Page 3 of 3 Page 3 of 3 Rev 01-13-2016 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 A-1 — Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 1 of 12 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. Bid Item A-2 — Site Clearing and Stripping: 1. Payment will be made on a lump sum basis for Site Clearing and Stripping and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-3 — Unsuitable Soil Removal and Replacement: 1. Payment will be made on a lump sum basis for Unsuitable Soil Removal and Replacement and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-4 — Existing Lift Station and Sitework Demolition: 1. Payment will be made on a lump sum basis for Existing Lift Station and Sitework Demolition and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-5 — Storm Water Pollution Prevention Plan: 1. Payment will be made on a lump sum basis for Storm Water Pollution Prevention Plan and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item A-6 — Traffic Control Measures: 1. This items measurement and basis of payment shall be as indicated in Section 025802 "Temporary Traffic Controls During Construction" and Section 00 30 01 Bid Form. 2. This item will be measured per lump sum. Bid Item A-7 — Allowance For Unanticipated Adjustments: 1. Payment will be made on a lump sum basis for Allowance For Unanticipated Adjustments and will include all costs of labor, materials, equipment and related incidentals. This item will be utilized at the City's discretion and will be negotiated using bid form unit prices which will serve as the project schedule of values. If unit prices do not apply price will be based on negotiated on a time, labor and materials basis. 2. This item will be measured per lump sum. Bid item A-8 — Exploratory Excavations: 1. Payment will be made on a lump sum basis. Prior to any construction whatsoever on the project, Contractor shall excavate and expose all existing pipelines of the project that cross within 20 -feet of proposed pipelines of the project and Contractor shall survey the exact vertical and horizontal location of each crossing and potentially conflicting pipeline. For existing pipelines which parallel and are within ten feet (10') of proposed pipelines of the project, Contractor shall excavate and expose said exiting pipelines at a maximum of 300 -feet O.C. Contractor shall then prepare a report and submit it to the City for approval indicating the Owner of pipelines excavated and surveyed, as well as the approximate Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 2 of 12 012901-2 Rev 01-13-2016 station thereof, distance to the pavement centerline and elevation of the top of existing pipelines. Contractor shall perform no construction work on the project until all exploratory excavations have been made in their entirety, the results thereof reported to the Engineer and until Contractor receives Engineer's approval of report. 2. This item shall be paid for as indicated in the Proposal. Contractor shall provide all his own survey work effort, no separate pay. B. Bid Item B-1 — Lift Station and Valve Vault Structural Modifications: 1. Payment will be made on a lump sum basis for Lift Station and Valve Vault Structural Modifications and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-2 — Lift Station Piping, Valves, Fittings and Appurtenances To East Lift Station Site Boundary: 1. Payment will be made on a lump sum basis for Lift Station Structural Modifications and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-3 — Flow Sensor and Vault: 1. Payment will be made on a lump sum basis for Flow Sensor and Vault and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-4 — Lift Station Pumps, Base and Supports, All Accessories: 1. Payment will be made on a lump sum basis for Lift Station Pumps, Base and Supports, All Accessories and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-5 — Odor Control System Including All FRP Piping: 1. Payment will be made on a lump sum basis for Odor Control System Including All FRP Piping and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item B-6 — Lift Station Bypass Operations: 1. Payment will be made on a lump sum basis for Lift Station Bypass Operations and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 3 of 12 012901-3 Rev 01-13-2016 C. Bid Item C-1 — 24" PVC Gravity Sewer (12' To 14' Depth): 1. Payment will be made at the unit bid price per linear foot for 24" PVC Gravity Sewer (12' To 14' Depth) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-2 — 24" PVC Gravity Sewer (14' To 16' Depth): 1. Payment will be made at the unit bid price per cubic yard for 24" PVC Gravity Sewer (14' To 16' Depth) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-3 — 6' Dia. FRP Manhole Over Existing 24" Gravity Sewer: 1. Payment will be made at the unit bid price per each for 6' Dia. FRP Manhole Over Existing 24" Gravity Sewer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-4 — 5' Dia. Drop FRP Manhole (13' Depth): 1. Payment will be made at the unit bid price per linear foot for 5' Dia. Drop FRP Manhole (13' Depth) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-5 — 5' Drop FRP Manhole (16' Deep): 1. Payment will be made at the unit bid price per linear foot for 5' Drop FRP Manhole (16' Deep) and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-6 — 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity Sewer: 1. Payment will be made on a lump sum basis for 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity Sewer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-7 — 20" PVC Force Main, Lift Station To Up River Road: 1. Payment will be made at the unit bid price per linear foot for 20" PVC Force Main, Lift Station To Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 4 of 12 012901-4 Rev 01-13-2016 Bid Item C-8 — 20" x 24" Reducer At Up River Road: 1. Payment will be made at the unit bid price per each for 20" x 24" Reducer At Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-9 — 20" 11.25° Bend: 1. Payment will be made at the unit bid price per each for 20" x 11.25° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-10 — 20" 45° Bend: 1. Payment will be made at the unit bid price per each for 20" 45° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-11 — 24" New PVC Force Main At Allison WWTP: 1. Payment will be made at the unit bid price per linear foot for 24 New PVC Force Main At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid item C-12 — New 20" Force Main Tie -In To Existing 24" Force Main, Up River Road: 1. Payment will be made on a lump sum basis for New 20" Force Main Tie -In To Existing 24" Force Main, Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-13 — 20" Tapping Sleeve and Valve At Allison WWTP: 1. Payment will be made at the unit bid price per each for New 20" Tapping Sleeve and Valve At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-14 — 24" x 20" D.I. Reducer At Allison WWTP: 1. Payment will be made at the unit bid price per each for New 24" x 20" D.I. Reducer At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-15 — 24" 11.25° D.I. Bend: 1. Payment will be made at the unit bid price per each for New 24" 11.25° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 5 of 12 012901-5 Rev 01-13-2016 Bid Item C-16 — 24" 22.50° D.I. Bend: 1. Payment will be made at the unit bid price per each for 24" 22.50° D.I. Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-17 — 24" x 24" x 6" Tee: 1. Payment will be made at the unit bid price per each for 24" x 24" x 6" Tee and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-18 — 6" x 3" Reducer: 1. Payment will be made at the unit bid price per each for 6" x 3" Reducer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-19 — Remove and Replace Section Of Fence At Allison WWTP: 1. Payment will be made on a lump sum basis for Remove and Replace Section Of Fence At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-20 — Tie -In To Existing 24" PVC Pipe At Allison WWTP: 1. Payment will be made on a lump sum basis for Tie -In To Existing 24" PVC Pipe At Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-21 6" PVC Force Main — Up River Road: 1. Payment will be made at the unit bid price per linear foot for 6" PVC Force Main — Up River Road and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-22 — 6" 90° Bend: 1. Payment will be made at the unit bid price per each for 6" 90° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid item C-23 — 6" Wye: 1. Payment will be made at the unit bid price per each for 6" Wye Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 6 of 12 012901-6 Rev 01-13-2016 Bid Item C-24 — 6" 45° Bend: 1. Payment will be made at the unit bid price per each for 6" Wye Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-25 — 6" 11.25° Bend: 1. Payment will be made at the unit bid price per each for 6" 11.25° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-26 — 6" 22.50° Bend: 1. Payment will be made at the unit bid price per each for 6" 22.50° Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-27 — 6" Plug: 1. Payment will be made at the unit bid price per each for 6" Plug Bend and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-28 — 1" ARV On 6" Line In 5' FRP Manhole: 1. Payment will be made at the unit bid price per each for 1" ARV On 6" Line In 5' FRP Manhole and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-29 — 3" ARV On New 20" Force Main: 1. Payment will be made at the unit bid price per each for 3" ARV On New 20" Force Main and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-30 — 3" ARV On New 24" Force Main — Allison WWTP: 1. Payment will be made at the unit bid price per each for 3" ARV On New 24" Force Main — Allison WWTP and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-31 — 3" ARV On Existing 24" PVC Force Main Sand Bedding: 1. Payment will be made at the unit bid price per each for 3" ARV On Existing 24" PVC Force Main Sand Bedding and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 7 of 12 012901-7 Rev 01-13-2016 Bid Item C-32 — 3" ARV On Existing 20" D.I. Force Main Sand Bedding: 1. Payment will be made at the unit bid price per each for 3" ARV On Existing 20" D.I. Force Main Sand Bedding and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-33 — 3" ARV On Existing 20" D.I. Force Main Concrete Encased: 1. Payment will be made at the unit bid price per each for 3" ARV On Existing 20" D.I. Force Main Concrete Encased and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-34 — Trench Safety For 10' Bypass Structure: 1. Payment will be made on a lump sum basis for Trench Safety For 10' Bypass Structure and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-35 — Trench Safety For Manholes and Meter Vault: 1. Payment will be made at the unit bid price per each for Trench Safety For Manholes and Meter Vault and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-36 — Trench Safety For Gravity Sewer Line: 1. Payment will be made at the unit bid price per linear foot for Trench Safety For Gravity Sewer Line and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-37 — Trench Safety For Force Mains: 1. Payment will be made at the unit bid price per linear foot for Trench Safety For Force Mains and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid Item C-38 — Trench Safety For ARV's: 1. Payment will be made at the unit bid price per each for Trench Safety For ARV's and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item C-39 — Manholes and Bypass Wet Well Bypass Operations: 1. Payment will be made on a lump sum basis for Manholes and Bypass Wet Well Bypass Operations and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 8 of 12 012901-8 Rev 01-13-2016 Bid Item C-40 — Bore Pit, Bore and Tie -In At Lift Station: 1. Payment will be made on a lump sum basis for Bore Pit, Bore and Tie -In At Lift Station and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-41 — Excavation Dewatering: 1. Payment will be made on a lump sum basis for Excavation Dewatering and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item C-42 — Fill Abandoned 20' Dia. D.I. Force Main and 18" VC Sewer w/Flowable Fill: 1. Payment will be made at the unit bid price per linear foot for Fill Abandoned 20' Dia. D.I. Force Main and 18" VC Sewer w/Flowable Fill and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per linear foot. Bid item C-43 — Pavement Repair: 1. Payment will be made at the unit bid price per square yard for Pavement Repair and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square yard. D. Bid Item D-1 — Concrete Pavement and Curbs: 1. Payment will be made at the unit bid price per square yard for Concrete Pavement and Curbs and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square yard. Bid Item D-2 — PCR Building Foundation: 1. Payment will be made on a lump sum basis for PCR Building Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-3 —Transformer Foundation: 1. Payment will be made on a lump sum basis for Transformer Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-4 — Generator Foundation: 1. Payment will be made on a lump sum basis for Generator Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 9 of 12 012901-9 Rev 01-13-2016 Bid Item D-5 — Odor Control Blower Foundation: 1. Payment will be made on a lump sum basis for Odor Control Blower Foundation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-6 — 7' Chain Link Fence: 1. Payment will be made on a lump sum basis for 7' Chain Link Fence and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-7 — 18' Wide Security Gate w/Card Reader: 1. Payment will be made on a lump sum basis for 18' Wide Security Gate w/Card Reader and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid item D-8 — 5' Wide Personnel Gate: 1. Payment will be made at the unit bid price per each for 5' Wide Personnel Gate and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item D-9 — Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor Control Water Service: 1. Payment will be made on a lump sum basis for Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor Control Water Service and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item D-10 — Crushed Limestone and Weed Barrier Fabric: 1. Payment will be made at the unit bid price per square foot for Crushed Limestone and Weed Barrier Fabric and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per square foot. Bid Item D-11 — Removable Bollards: 1. Payment will be made at the unit bid price per each for Removable Bollards and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per each. Bid Item D-12 — Concrete Driveway Culvert: 1. Payment will be made on a lump sum basis for Concrete Driveway Culvert and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 10 of 12 01 29 01-10 Rev 01-13-2016 E. Bid Item E-1— General Conditions, Startup, Training and O&M's: 1. Payment will be made on a lump sum basis for General Conditions, Startup, Training and O&M's and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-2 — Electrical Demolition: 1. Payment will be made on a lump sum basis for Electrical Demolition and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-3 — Conduit Installation: 1. Payment will be made on a lump sum basis for Conduit Installation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-4 — PCR Building, MCC, Pump Control Panel and Lighting Panel: 1. Payment will be made on a lump sum basis for PCR Building, MCC, Pump Control Panel and Lighting Panel and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-5 — Generator: 1. Payment will be made on a lump sum basis for Generator and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-6 — Power and Instrument Wiring Installation: 1. Payment will be made on a lump sum basis for Power and Instrument Wiring Installation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-7 — SCADA RTU Modifications: 1. Payment will be made on a lump sum basis for SCADA RTU Modifications and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Bid Item E-8 — Instrumentation: 1. Payment will be made on a lump sum basis for Instrumentation and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 11 of 12 01 29 01-11 Rev 01-13-2016 Bid Item E-9 – Transformer: 1. Payment will be made on a lump sum basis for Transformer and will include all costs of labor, materials, equipment and related incidentals. 2. This item will be measured per lump sum. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES (N.A) A. Bid Itcm [B 1 Description from Bid Form]: 1—reribe thc basis for payment.} itcm arc to be made\] B. Bid Itcm [B 2 Description from Bid Form]: 1—[4e&eribe thc basis for payment.} item are to be made.] 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No. 3 Attachment No. 2 Page 12 of 12 01 29 01- 12 Rev 01-13-2016 SECTION 139000 SCADA SYSTEM PART 1 - GENERAL A. SUMMARY 1. Furnish, wire, program a new RTU at 450MHZ, test communication with existing HMI at Master sites, and test overall operation. All SCADA work shall be subcontracted to and performed by contractor with a minimum of 5 years SCADA experience. 3. SCADA Contractor shall provide all work associated with SCADA system including: a. Providing and installing new RTU panel b. Installation of antenna pole, new coax, and new antenna. c. Interfacing with electrical control system to monitor I/O. d. RTU PLC programming as per I/O. e. Master Sites HMI programming changes as per I/O. 4. SCADA Contractor shall provide up -date documentation in electronic format including: a. Control panel wiring diagrams in AutoCad Format b. Control panel schematic diagrams AutoCad Format c. PLC logic program files d. HMI graphic files 5. SCADA contractor shall function test radio communications system (RF power output, RSSI, etc.) and compare results with original installation data and correct any deficiencies. B. CONTRACTOR'S QUALITY CONTROL TESTING 1. Testing: a. A system test of Remote Terminal Unit (RTU) and the HMI functions shall be performed by the Contractor after panel installation. The purpose of the tests shall be to verify the functionality, performance, and revised screens, displays, and config urations. 2. Field Testing: a. Contractor shall test the installation, operation, and performance of RTU and communications for proper operation. b. Test the installation, operation, and performance of each communication device in accordance with the manufacturer's recommendations. 139000 SCADA System Page 1 of 11 Addendum No. 3 Attachment No. 3 Page 1 of 11 C. SUBMITTALS a. Shop drawings shall be submitted for approval prior to wiring panel. Shop drawings shall clearly identify any departure or variance from the Contract Documents, including nature of the departure or variance and the reason for such departure. Departures or variances shall only be incorporated into the Work after explicitly requested by the Contractor and approved in writing by the Owner. 2. Shop Drawings: a. Panel Fabrication Shop Drawings — Submit panel equipment layout drawings and detailed point-to-point wiring diagrams to demonstrate compliance with the Contract Documents. Drawings shall show a front view and internal view of each control panel. Drawings shall identify raceways, wireway, ground bars, ground lugs, tag labels for all control panel components, and other accessories as required by the Engineer to fully describe the fabrication details of the panel. Wiring diagrams shall identify wire numbers, wire colors, and wire type. b. HMI Graphic Screen Display Layouts — Prior to beginning modifications of graphic displays for operator control stations, submit proposed changes to existing layouts of graphic displays for approval. 3. Field Installation And Checkout Procedures a. Submit procedures for field installation of equipment, connection of field wiring, startup of control panels and equipment, and operational checkout of RTU. Records shall include optimum azimuth setting for antenna and corresponding RSSI value determined during installation tests. b. Submit records of field installation and operational checkout within seven days of completion of checkout tests. 4. Operation And Maintenance Manuals a. Update and operation and maintenances manuals as affected by contract changes. 5. Certifications a. Coaxial Cable Installation Training — Submit certificates of training for the personnel performing coaxial cable terminations. PART 2 - PRODUCTS A. GENERAL 1. The contractor shall provide new RTU to the site configured and ready for installation as per I/O as indicated on drawings. Existing SCADA RTU shall be removed and delivered to City. Contractor shall provide all components, and PLC/HMI programming for a complete and operational system. 139000 SCADA System Page 2 of 11 Addendum No. 3 Attachment No. 3 Page 2 of 11 Contractor shall modify HMI screens such that operators can view historical trends on motor run time and extract the pump run time for any time period (i.e. from week to week or as required by the operator.) 2. 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. B. REMOTE TERMINAL UNITS (RTU) 1. All panel devices shall be mounted on the backpanel, unless otherwise indicated, and shall be din -rail mounted unless otherwise specified. Devices found to be screw or bolt mounted to the backpanel in -lieu of din -rail mounting shall be cause for rejection of the control panel requiring replacement of the backpanel and rewiring as necessary. All holes in enclosures for mounting of instruments shall be punched or drilled. 2. Contractor shall use existing SCADA RTU panel as a guide for general component layout. 3. SCADA RTU panel enclosure shall be NEMA 4X fiberglass. 4. Panel wiring shall be as follows: a. Each conductor terminated under a screw head shall have a crimp on spade terminal applied to its end prior to its termination. b. Each conductor shall be assigned its own number and no number is used more than once. The number of each wire is placed at both ends of the wire next to its end using a pre-printed wire tag. c. The wire numbers, as actually installed, shall match the numbers on the shop drawings, O&M manuals and wiring diagrams for the panel. d. Wiring shall be run enclosed in plastic wireway wherever possible. Where the use of plastic wireway is not practical, conductors shall be bundled and run open. Conductors run open shall be bundled and bound at regular intervals not to exceed 6" with nylon ties, or approved equal. Wires within a bundle are to be run parallel to one another and not twisted. Bundles shall have a uniform appearance, circular cross section, and shall be securely fastened to the panel framework. Conductors carrying different voltages classes shall be run in separate wireways. Wiring carrying voltages that originate at different source shall not run in the same wireway. e. Only one conductor shall be terminated under a terminal screw. Where multi - terminations are required, group terminals and bridge with terminal manufacturer's insulated jumpers. Jumpers made using short pieces of wiring will not be accepted. f. Each device requiring power shall be wired so that when wires are removed from any one device, power will not be disrupted to any other device. 139000 SCADA System Page 3 of 11 Addendum No. 3 Attachment No. 3 Page 3 of 11 g. The case of each device shall be grounded either by mounting directly on an unpainted steel frame or by a third wire. h. All ground wires shall be terminated to a common panel ground bus. 5. Panels components shall meet the following requirements: a. 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. Provide fused terminal strips for I/O protection. b. 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. Power supplies shall be as manufactured by Sola. c. A print pocket shall be provided in the panel and shall contain a revised 11"x17" control schematic and a revised 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. d. 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. C. PROGRAMMABLE LOGIC CCONTROLLERS (PLC) 1. General: All PLC devices shall be manufactured by a single manufacturer. All control devices shall be modular, field expandable, and provide for replacement of input and output modules without removal, replacement, rewiring, reconfiguration, or un - powering of the controller. 139000 SCADA System Page 4 of 11 Addendum No. 3 Attachment No. 3 Page 4 of 11 2. Hardware Configuration: The programmable controllers shall meet the following minimum requirements: Power Supply: All control devices shall be powered by a 24 VDC power source. Any other devices or power supplies necessary to obtain proper operation of the control devices from the 24 VDC power sources shall be provided with the control panels. Central Processing Unit: 32 -Bit CMOS Microprocessor Memory: 1 MB RAM with battery backup 256K ROM. Memory shall be upsized as necessary to accommodate the device configuration, programmed logic, coding , communication routines, and temporary data storage Timer: Real time clock with battery backup to time Stamping and event timing Communication Ports: Each programmable controller shall be provided with a minimum of three (3) manufacturer - provided built-in ports for communication with external devices. 1) one port shall communicate Modbus TCP -IP software controlled, with operation up to 10 Mbps for communication to a TCP -IP radio transceiver data port, 2) one port shall communicate RS -232, with operation up to 9,600 bps for communication to a data display terminal, 3) one port shall communicate RS -232, with operation up to 19,200 bps for communication to an external serial communication device. Protocol / Transport: Modbus / TCP -IP Temperature Range: (continuous operation) 0°C to 70°C (storage) -20° to 85°C Humidity Range: 5% to 95% relative humidity, non -condensing 3. Acceptable Manufacturers: No substitutions from the acceptable manufacturer's and product lines will be accepted unless the specified product line is replaced by a newer product line having the same features. The following are acceptable manufacturer's and specific product lines: 139000 SCADA System Page 5 of 11 Addendum No. 3 Attachment No. 3 Page 5 of 11 a. Modicon Momentum, Schneider Automation, Inc., North Andover, MA. 4. Mounting Racks: a. Mounting racks / backplanes for input and output modules shall be specifically designed to work with manufacturer's modular controller. b. I/O racks shall allow the mixing of analog and digital modules on the same I/O rack c. I/O racks shall be fused to provide protection to the I/O rack and devices. d. I/O racks shall be DIN rail mounted and have locking system to hold modules securely to the rack. e. I/O racks shall be provided with an integral screw-type terminal strip for field wiring common connections. f. I/O racks and / or modules shall have "snap -on" identification plates for labeling each individual channel. 5. Analog Input Modules: Analog inputs shall be 1-5 V DC / 4-2OmA D.C. configurable, 12 bit A/D, with surge protection in accord with ANSI C37.90-1983. 6. Analog Output Modules: Analog outputs shall be 4-20mA DC, 12 bit A/D, with surge protection in accord with ANSI C37.90-1983. 7. Digital Input Modules: Discrete inputs shall accept remote dry contact operations with internal power source from the processor input power and shall be optically isolated to provide 1500V common mode isolation. 8. Digital Output Modules: Discrete outputs shall be programmable for on/off latch; momentary; counter/pulse, PDM, and PDO output modes. 9. Expandability: All controllers shall be expandable by adding modules. Provide a minimum of 10% spare I/O points, but not less than one spare point, for each type of module installed in panel. All spare I/O shall be pre -wired to the terminal strip and labeled. 10. Software: Controllers shall use a high-level, modular process control language. The programming environment and tools for creating the application software must be compatible with standard personal computers and certified to properly run under Windows 2000. D. COMMUNICATION DEVICES 1. Licensed Radio Transceivers a. Licensed Remote Radio Transceivers: Units shall be MDS SD series IP/Ethernet network remote radio transceivers, GE Microwave Data Systems Corp., Rochester, New York. No substitutions will be accepted. 139000 SCADA System Page 6 of 11 Addendum No. 3 Attachment No. 3 Page 6 of 11 b. Transceiver shall be housed in a die-cast aluminum housing to eliminate interference with data/computer equipment and shall include manufacturer's standard mounting brackets. c. The following functions shall be indicated with LED indicators on the housing: 1) Power Status 2) Data Carrier Detect (DCD) 3) Receive data status (RX) 4) Transmit data status (TX) d. Provide five of the manufacturer's standard handheld terminals for monitoring the internal operation and diagnostic parameters. e. Provide one copy of the manufacturer's programming software on CD-ROM with the radio transceivers. f. Diagnostic information from all remote transceivers shall be sent over the radio frequency channel to the polling master. Diagnostic data transmitted over the radio network shall use encoding to eliminate the possibility of diagnostic information being misinterpreted at data being sent by the communication system. g. The licensed radio transceivers shall meet the following Transmitter requirements: Output power (at the antenna port): 5 watts (+37 dBm) maximum adjustable from 0.1watt (+20 dBm) Duty Cycle: Continuous at full range of power output up to 5 watts Data Turnaround Time: 10 ms Transmit Frequency Range: 450 to 512 MHz, preset at 453.775, Frequency stability: 0.00015% from -30°C to 60°C Automatic Frequency Correction: Built in, on/off Bandwidth Compatibility: 12.5 KHz channels Modulation Type: Binary Carrier Phase FSK Spurious/Harmonic Emissions: -65 dBc / -65dBc Output Impedance: 50 ohms Timeout Timer: Programmable from 0-255 seconds 139000 SCADA System Page 7 of 11 Addendum No. 3 Attachment No. 3 Page 7 of 11 RTS -CTS Delay: Dual Conversion Superheterodyne Programmable from 10-255 seconds PTT Delay: Automatic Frequency Correction: Programmable from 0-31 ms Squelch Tail Eliminator: -108 dBM for 1 x 10-6BER, 9600bps Selectable On or Off Forward & Reflected Detector: Power Built-in h. The licensed radio transceivers shall meet the following Receiver requirements: The licensed radio transceivers shall meet the following General requirements: Voltage: Dual Conversion Superheterodyne Frequency stability: 0.00015% from -30°C to 60°C Automatic Frequency Correction: Built in, on/off Sensitivity / Bit Error Rates: -108 dBM for 1 x 10-6BER, 9600bps Receive Frequency Range: 450 to 512 MHz, preset at 458.775 Bandwidth Compatibility: 12.5 KHz channels Spurious and Image Rejection: 85 dB, minimum IF Selectivity: 65 dB minimum at adjacent channel RF Input Impedance: 50 ohms Intermodulation: 75 dB minimum (per EIA) Desensitization: 65 dB minimum Received Signal Strength Built-in, Indication Range -120dBm to —60dBm The licensed radio transceivers shall meet the following General requirements: Voltage: 13.8 VDC Power Use: TX < 2300mA @ 13.8VDC RX < 400mA @ 13.8 VDC Temperature range: Full performance -30°C to 60°C Humidity range: 0 to 95% RH, non condensing 139000 SCADA System Page 8 of 11 Addendum No. 3 Attachment No. 3 Page 8 of 11 Antenna connection: Type N female Ethernet Interface: 10 Base T with IP Support, RJ -45, DTE E. SURGE SUPPRESION 1. TVSS device shall be HBL1TDR7515 as manufactured by Hubble. F. ANTENNA 1. Contractor shall provide a new Decibel Products DB -437 Directional Yagi Antenna (Allen Telecom Group, Decibel Products Division, Dallas, Texas, 800-676-5342), or approved equal. G. COAXIAL CABLE 1. Contractor shall provide a new coaxial cable meeting the following requirements: Characteristic impedance: 50 ohms Outer Conductor: Copper, annularly corrugated Inner Conductor: Copper Dielectric: Closed cell low loss foam Seal: Connector o -rings to seal out moisture 2. Coaxial cable shall be Andrew Corporation Heliax LDF Series (Andrew Corporation, Orland Park, IL, 708-349-3300), or approved equal. 3. Diameter of coaxial cable shall be sized so that feedline loss from the antenna -side of the coaxial surge suppressor to the antenna does not exceed 1dB for directional antennas and 2 dB for omni -directional antennas. Feedline losses shall be calculated at the operating radio frequency and shall include losses in cable and connectors. The minimum size coaxial cable provided from the panel to the antenna shall be 1/2" diameter. 4. All coaxial connectors shall be Type -N connectors. Connectors shall be manufactured by the same cable manufacturer which furnishes the coaxial cable. Connectors shall be Andrews Corporation Heliax cable connectors, or approved equal. All connectors shall be constructed of brass or be silver plated as recommended by manufacturer. Connectors shall have o -ring seal. 5. All connections shall be weatherproofed using 3M -brand cold shrink weatherproofing kit or approved equal cold shrink weather proofing kit. 139000 SCADA System Page 9 of 11 Addendum No. 3 Attachment No. 3 Page 9 of 11 6. Provide a pre -made cable assembly of Andrews Heliax Superflexible coaxial cable to connect from the radio antenna port to the radio -side of the coaxial surge suppressor. Provide straight or angled N -type connectors as necessary to route cable assembly within panel without exceeding manufacturer's recommended bend radius. The pre - made cable shall be assembled by the coaxial cable manufacturer and shall be shipped with a certification of assembly and testing. 7. Provide manufacturer's recommended coaxial ground kit. PART 3 - EXECUTION A. ANTENNA AND COAXIAL CABLE INSTALLATION 1. After reinstalling antenna pole, mounts, and cabling for the RTU panel, conduct a radio link test to demonstrate proper operation of the communication link. 2. Tests shall document the size of the data string transmitted, the number of errors detected in the data string, the RSSI received signal strength measurement on both sides of the communication link, and the height of the remote antenna. 3. Antenna shall be installed as indicated on the plans and shall be positioned using radio diagnostic software to optimize the signal strength. 4. Measure and record the VSWR for the antenna and cabling from the point of connection at the coaxial cable lightning protector and update wastewater records. 5. Following connection of the antenna to the coaxial cable lightning protector, measure and record the signal strength in decibels, the forward power, and the reverse power as measured at the remote transceiver. Measure and record the signal strength in decibels, the forward power, and the reverse power as measured at the repeater. 6. All coaxial connections shall be made only by qualified staff who have passed the cable manufacturer's certified traininq course for cable terminations. All terminations shall be made using the cable manufacturer's recommended cutting and crimping tools. 7. All coaxial connections shall be immediately weatherproofed within 8 hours following installation. Any coaxial cable observed stored without the manufacturer's recommended end caps or un -weatherproofed connections shall be rejected, marked with permanent paint, and removed from the site. 8. All coaxial cables shall be grounded at the low point using manufacturer's recommended coaxial grounding kits. 9. Contractor shall field route & support coax cable as required and protect cable from any abrasive surfaces where cable may be damaged. All metal support clamps shall be PVC coated. Contractor shall comply with bending radius as per manufacturer's specifications. Any cable found to be deformed, kinked or damaged similarly, shall be replaced by the contractor at no additional cost to the owner. 139000 SCADA System Page 10 of 11 Addendum No. 3 Attachment No. 3 Page 10 of 11 B. SEQUENCE OF OPERATION 1. General Overview: The existing sequence shall remain as is. Modifications shall be made accordingly to the PLC logic and HMI screens to accommodate new I/O as indicated on drawings. 2. Software Programming And Configuration: All software shall be installed, configured, and tested prior to delivery to the project. 3. The existing SCADA Lift station Monitoring is listed below for reference: a. The new SCADA system shall oversee Lift station function by monitoring as per I/O list on drawings. b. The PLC shall maintain a continuous pump total run time (hours) for each pump. c. The PLC shall monitor time period (minutes) between pump starts and compare value to a user selectable value to be input from the HMI by an operator. A value exceeding the operator's value shall initiate an alarm. d. The PLC shall monitor total start/stop cycles per hour for each pump and compare the value to a user selectable value to be input from the HMI by an operator. A value exceeding the operator's value shall initiate an alarm. 4. Screens a. Lift Station Display: Individual display screen shall continue to monitor as currently configured. Contractor shall add motor run time, currently stored in the PLC, to the graphic screens. New I/O data shall be incorporated on screen. b. Alarm Summary: Add Motor Overload alarm summary graphic display including description of alarm condition, time detected, and current status. C. SYSTEM OPERATIONAL TESTS 1. The SCADA system shall be subjected to system operational tests to demonstrate the proper and reliable operation of the complete system prior to acceptance. 2. The SCADA system shall be demonstrated to the Owner that it properly performs all the required functions including interfacing with the Operator Control Stations. END OF SECTION 139000 SCADA System Page 11 of 11 Addendum No. 3 Attachment No. 3 Page 11 of 11 SECTION 139800 PUMP CONTROLS PART 1 - GENERAL 1. 1 WORK INCLUDED A. This section Includes: 1. Pump controls B. Covers the furnishing and installation of controls, including all devices, accessories and appurtenances required for proper operation of the control equipment. This section is supplemented by Division 16 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. 1.2 COORDINATION Controls 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. Pump controls shall be installed in the Motor Control Center on a back -plane and shall be coordinated with the MCC provider for space requirements. 1.3 RESPONSIBILITY The pump controls 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. 1.4 SUBMITTAL DATA The following data shall be submitted for approved to the Engineer prior to fabrication or assembly of the pump controls. Partial submittals of drawings or data will not be acceptable. No part of the control system shall be fabricated, assembled or shipped to the jobsite until the submittal data has been approved by the Engineer. 1. Outline drawings showing equipment arrangement, dimensions and weight. 139800 Pump Controls Page 1 of 6 Addendum No. 3 Attachment No. 4 Page 1 of 6 2. 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. 3. Schematic diagrams showing all breakers, switches, relays, etc. The diagrams shall also show all equipment sizes and ratings and for each control circuit showing device and terminal block numbers and all wire numbers. Wiring diagram showing the relative physical location of all items in the back panel and all interconnecting wiring between devices. The wiring diagrams shall also show the identification of all device terminals, terminal blocks and wires, 6. 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 back panel 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. 7 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 COMPONENTS 1. 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. 2. 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 for 120/240 volts with 10000 A.I.C. Switching or reset shall be accomplished without need to open the inner panel door. 3. 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 or three 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. 4. Current Relay: Current relay shall accept a 4-20ma signal and provide alarm setpoints to trigger on a level setpoint. Contact rating shall be 10 amps resistive at 120 volts. Relay shall be as manufactured by Alpha Process AP90 series. 139800 Pump Controls Page 2 of 6 Addendum No. 3 Attachment No. 4 Page 2 of 6 5. 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. Wiring: Controls shall be completely factory assembled and pre -wired. The supplier shall thoroughly test the control system 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. 7 Legends and Nameplates: Provide an appropriately engraved laminated plastic nameplate for each control device in panel. 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. 8. Float Switches: Wet well liquid High level shall be signaled by non-metallic float switch with a normally open contact that closes on liquid level rise. Switch shall be the non -floating type with internal weighting to keep the switch below water after tilting. Float switch 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 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. 9. Field Wiring: Panel shall include terminal strip for field wiring for the following: a. Control Power b. Pump Control c. Level Sensor 139800 Pump Controls Page 3 of 6 Addendum No. 3 Attachment No. 4 Page 3 of 6 2.02 CONTROLS A. Lift Pump Controls: 1. Breakers/Fuses 2. Auxiliary Control Relays 3. Alternating Relay 4. Current alarm relays (Alpha Process Relay) 5. Name Plates as required 6. Field wiring terminal blocks 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 motor control center. 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 wet well level signal. Pumps shall start, latch in, and run until level fall below cut off level. Pumps shall alternate after each pump down. Auxiliary contacts in the HOA switch "Auto" position shall be provided for remote SCADA monitoring. 2. A high level alarm shall be routed to the SCADA RTU from float switch. Current relay shall also be programmed for high level. Both alarms shall be paralleled and routed to SCADA input. The high level alarm shall self -reset. 3. Elapsed time meters shall be located in the Motor Control Center and shall be interlocked with motor starter to indicate accumulated run time. A red pilot light shall be located in the MCC to indicate motor run status. 5. The pump run status, position of pump starter HOA switch, pump MCP trip, and Motor Overload, pump run status shall be routed to SCADA RTU. 6. MiniCAS units shall trigger alarms for pump seal leak and thermal overload and shall trigger a pump shutdown. MiniCAS alarms shall be routed to SCADA panel. PART 3.0 EXECUTION 3.1 INSTALLATION: A. Pump controls shall be installed in Motor Control Center as indicated on drawings and as specified herein. Any deviation from such must be approved by the Engineer. 139800 Pump Controls Page 4 of 6 Addendum No. 3 Attachment No. 4 Page 4 of 6 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. 3.3 CONTROL PANEL SECTION A. Labeling 1. Compartment: Labels shall be provided for control panel compartment as specified herein and on drawings. 2. Control devices: Limit switches, 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 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. 139800 Pump Controls Page 5 of 6 Addendum No. 3 Attachment No. 4 Page 5 of 6 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. Provide label indicating circuit and panel name from each source. END OF SECTION 139800 Pump Controls Page 6 of 6 Addendum No. 3 Attachment No. 4 Page 6 of 6 SECTION 162350 ENGINE GENERATOR SYSTEMS PART 1 GENERAL 1.01 SUMMARY: A. Section Includes: 1. Engine generator set. 2. Cooling system. 3. Fuel system. 4. Combustion air intake and engine exhaust system. 5. Starting system. 6. Weatherproof housing. 1.02 REFERENCES Comply with the latest editions of the following: A. Diesel Engine Manufacturers Association (DEMA). B. Institute of Electrical and Electronics Engineers (IEEE): 1. 43 - Recommended Practice for Testing Insulation Resistance of Rotating Machinery. 2. 115 — Guide: Test Procedures for Synchronous Machines. C. National Electrical Manufacturers Association (NEMA): 1. AB1 — Molded Case Circuit Breakers. 2. ICS 6 — Enclosures for Industrial Control and Systems. 3. MG 1 — Motors and Generators. 4. 250 — Enclosures for Electrical Equipment. D. National Fire Protection Association (NFPA): 1. 30 — Flammable and Combustible Liquids. 2. 37 — Standard for Installation and Use of Stationary Combustion Engines and Gas Turbines. 3. 70 — National Electric Code. 4. 110 — Standard for Emergency and Standby Power Systems. 5. 211 — Standard for Chimneys, Fireplaces, Vents, and Solid Fuel -Burning Appliances. E. Society of Automotive Engineers (SAE) 1. J537 — Storage Batteries. F. Underwriters Laboratory (UL): 162350 Engine Generator Systems Page 1 of 15 Addendum No.3 Attachment No. 5 Page 1 of 15 1. 142 — UL Standard for Safety Steel Aboveground Tanks for Flammable and Combustible Liquids. 2. 181 — UL Standard for Safety Factory — Made Air Ducts and Air Connectors. 3. 508 — UL Standard for Safety Industrial Control Equipment. 4. 891 — UL Standard for Safety Dead -Front Switchboards. 5. 1008 — Transfer Switches 6. 1449 — UL Standard for Safety Transient Voltage Surge Suppressors. 1.03 SUBMITTALS — FOR APPROVAL A. Procedure: Submit in accordance with Section 16010. B. Product Data: 1. Include data on features, components, ratings, and performance. 2. Include dimensioned outline plan and elevation drawings of engine generator set and other system components. 3. Motor starting voltage drop calculations. C. Shop Drawings: 1. Show connections, mounting, and support provisions and access and working space requirements. 2. Wiring Diagrams for System: Show power and control connections and distinguish between factory -installed and field -installed wiring. D. Test Results: 1. Certified Summary of Prototype Unit Test Report: Submit certified copies of actual prototype unit test report if requested by ENGINEER. 1.04 SUBMITTALS — RECORD DATA A. Procedure: Submit in accordance with Section 16010. B. Product Data: 1. Final as -built drawings and data as listed in par. 103. C. Operation and Maintenance Data: 1. Detailed Operating Instructions: Describe operation under both normal and abnormal conditions. 2. Lists: Tools, test equipment, spare parts, and replacement items recommended to be stored at site for ready access. Include part and drawing numbers, current unit prices, and source of supply. 1.05 DEFINITIONS A. Emergency or Standby Rating: Power output rating equal to power that generator set delivers continuously under normally varying load factors for duration of power 162350 Engine Generator Systems Page 2 of 15 Addendum No.3 Attachment No. 5 Page 2 of 15 outage, with capability for minimum overload of 10% or rating for 2 continuous hrs. out of 24 continuous operating hrs. B. Operational Bandwidth: Total variation for lowest to highest value of parameter over range of conditions indicated, expressed as percentage of nominal value of parameter. C. Power Output Rating: Gross electrical power output of generator set minus total power requirements of electric motor -driven accessories normally constituting part of engine assembly. D. Steady -State Voltage Modulation: Uniform cyclical variation of voltage within operational bandwidth, expressed in Hz or cycles per second. 1.06 SYSTEM DESCRIPTION A. Design Requirements: 1. System Includes: Standby -rated, automatically started diesel engine coupled to an ac generator unit. Engine and generator are factory -mounted and factory -aligned on structural steel skid. Subsystems and auxiliary components and equipment are as indicated. 2. Environmental conditions: Engine generator system withstands following environmental conditions without mechanical or electrical damage or degradation of performance capability: a. Ambient Temperature: -15° C to 40° C. b. Relative Humidity: 0 to 95%. c. Altitude: Sea level to 1,000 ft (300m). B. Performance Requirements: 1. Functional Description: When mode selector switch is "On", control and monitoring panel is in "automatic" position, remote control contacts in the separate automatic transfer switch initiate starting and stopping of generator set. When mode selector switch is placed in "On" position, generator set starts manually. "Off' position of same switch initiates shutdown of generator set. When unit is running, specified system or equipment failures or derangements automatically shut unit down and initiate alarms. Operation of remote emergency stop switch also shuts down unit. 2. System Performance: a. Steady -State Voltage Operational Bandwidth: 2% of rated output voltage from no load to full load. b. Steady -State Voltage: Less than 1 Hz. c. Transient Voltage Performance: Not more than 10% variation for 50% step -load increase or decrease. Voltage recovers to remain within steady-state operating bank within 2 sec. d. Steady -State Frequency Operational Bandwidth: 0.5% of rated frequency from no load to full load. e. Steady -State Frequency Stability: When system is operating at 162350 Engine Generator Systems Page 3 of 15 Addendum No.3 Attachment No. 5 Page 3 of 15 constant load within rated load, there are no random speed variations outside steady-state operational band and no regular or cyclical hunting or surging of speed. f Transient Frequency Performance: Less than 3 Hz variation for 50% step -load increase or decrease. Frequency recovers to remain within steady-state operating band within 3 sec. g. Output Waveform: At no load, harmonic content measured line -to - line or line -to -neutral does not exceed 5% total and 3% for single harmonics. Telephone influence factor determined according to NEMA MG1 does not exceed 50. h. Sustained Short -Circuit Current: For 3-phase bolted short circuit at system output terminals, system will supply minimum of 250% of rated full -load current for not less than 10 sec and then clear fault automatically, without damage to any generator system component. Temperature Rise of Generator: Within acceptable limits for insulation systems used according to NEMA MG 1 when operating continuously at standby rating conditions, including 2 hrs per 24 hrs at 110% or rated capacity. j. Nonlinear Load Performance: System performance is not degraded from that specified in this Article by continuous operation, with load current having minimum total harmonic content of 15% rms, and minimum single harmonic content of 10% rms. k. Starting Time: Maximum total time period for cold start, with ambient temperature at low end of specified range is 5 sec. Time period includes output voltage and frequency settlement within specified steady-state bands. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications: Firms experienced in manufacturing equipment of types and capacities indicated that have record of successful in-service performance. 1. Emergency Service: System manufacturer maintains service center capable of providing training, parts, and emergency maintenance and repairs at Project site with 4 hrs maximum response time. B. Comply with NFPA 70. C. Single -Source Responsibility: Obtain engine generator system components from single manufacturer with responsibility for entire system. Unit shall be representative product built from components that have proven compatibility and reliability and are coordinated to operate as unit as evidenced by records of prototype testing. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver engine generator set and system components to their final locations in protective wrappings, containers, and other protection that will exclude dirt and moisture and prevent damage from construction operations. Remove protection only after equipment is made safe from such hazards. 162350 Engine Generator Systems Page 4 of 15 Addendum No.3 Attachment No. 5 Page 4 of 15 1.09 MAINTENANCE A. Extra Materials: 1. Furnish extra materials matching products installed, as described below, packaged with protective covering for storage, and identified with labels describing contents. a. Fuses: 1 for every 10 of each type and rating, but not less than 1 of each. b. Pilot Lights: 2 for every 6 of each type used, but not less than 2 of each. c. Filters: 1 set each of lubricating oil, fuel, and combustion air filters. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Engine Generator Sets: 1. Cummins 2. Caterpiller 3. Kholer 4. Aksa 5. Approved equal meeting specifications 2.02 ENGINE GENERATOR SYSTEM A. General: System is coordinated assembly of compatible components. B. Ratings: Service - Standby Power Voltage 480/277 Volt, 3 Phase, 4 Wire Connections - Wye Frequency 60 Hertz KW (with fan - 450 Power Factor 0.80 C. Motor Starting Performance: The engine generator set shall be capable of supplying the following sequential step loads without exceeding a 20% voltage drop at the generator terminals. Step 1 Step 2 Step 3 Step 4 25 KVA, Transformer, 5 Hp blower 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, 162350 Engine Generator Systems Page 5 of 15 Addendum No.3 Attachment No. 5 Page 5 of 15 LRA 430 amps, across the line start, Step 5 85 HP, 460 Volt, induction motor, Code D, FLA 101 amps, LRA 430 amps, across the line start, D. Safety Standard: Comply with ASME B15.1. E. Nameplates: Equip each major system component with conspicuous nameplate of component manufacturer. Nameplate identifies manufacturer of origin and address, and model and serial number of item. 2.03 ENGINE GENERATOR SET A. Power Output Rating: Nominal ratings as indicated, with capacity as evidenced by records of prototype testing. B. Skid: Adequate strength and rigidity to maintain alignment of mounted components without dependence on concrete foundation. Free from sharp edges and corners. Lifting attachments arranged to facilitate lifting with slings without damaging components. Skid shall be primed for corrosion protection and finish painted with the manufacturers standard color. C. Rigging Diagram: Inscribed on metal plate permanently attached to skid. Diagram indicates location and lifting capacity of lifting attachment and location of center of gravity. 2.04 ENGINE A. Comply with NFPA 37. B. Fuel: Diesel fuel oil grade DF -2. C. Maximum Speeds: 1. Engine — 1,800 rpm. 2. Piston speed for 4 -cycle engines — 1500 ft/min. D. Lubrication System: Pressurized by positive displacement pump driven from engine crankshaft. Mount following items on engine or skid. 1. Filter and Strainer: Rated to remove 90% of particles 5 microns and smaller while passing full flow. 2. Oil Cooler: Maintains lubricating oil at manufacturer's recommended optimum temperature throughout 2 hrs of operation of generator set at 110% of system power output rating. 3. Thermostatic Control Valve: Controls flow in system to maintain optimum oil temperature. Unit is capable of full flow and is designed to be fail-safe. 4. Crankcase Drain: Arranged for complete gravity drainage to an easily removable container with no disassembly and without use of pumps or 162350 Engine Generator Systems Page 6 of 15 Addendum No.3 Attachment No. 5 Page 6 of 15 siphons or special tools or appliances. E. Engine Fuel System: Comply with NFPA 30. 1. Integral Injection Pumps: Driven by engine camshaft. Pumps are adjustable for timing and cylinder pressure balancing. 2. Main Fuel Pump: Mounted on engine. Pump ensures adequate primary fuel flow under starting and load conditions. 3. Parallel Fuel Oil Filters: Ahead of injection pumps. Changeover valves allow independent use of either filter. 4. Relief/Bypass Valve: Automatically regulates pressure in fuel line and returns excess fuel to source. F. Jacket Coolant Heater: Electric immersion type, factory -installed in jacket coolant system. Unit is rated and thermostatically controlled to maintain an engine temperature of 25° C at low end of specified ambient temperature range. 1. Voltage: 120. 2. Watts: 1,200. G. Speed Governor: Adjustable isochronous type, with speed sensing. 2.05 ENGINE COOLING SYSTEM A. Description: Closed-loop, liquid -cooled, with radiator factory -mounted on engine generator set skid and integral engine -driven coolant pumping. 1. Factory -piped and rated for specified coolant. 2. Fan: Driven by multiple belts from engine shaft. B. Radiator Core Tubes: Nonferrous metal construction other than aluminum. C. Size of Radiator: Adequate to contain expansion of total system coolant from cold start to 110% load condition. D. Coolant: Solution of 50% ethylene glycol and 50% water. E. Temperature Control: Self-contained thermostatic control valve modulates coolant flow automatically to maintain optimum constant coolant temperature as recommended by engine manufacturer. Features include: 1. Thermostatic Elements: Interchangeable and nonadjustable. 2. Actuator Design: Normally -open valves to return to open position when actuator fails. F. Coolant Hose: Flexible assembly with nonporous rubber inside surface and aging, ultraviolet, and abrasion -resistant fabric outer covering. 1. Rating: 50 psi (345 kPa) maximum working pressure with 180-F (82-C) 162350 Engine Generator Systems Page 7 of 15 Addendum No.3 Attachment No. 5 Page 7 of 15 coolant, and noncollapsible under vacuum. 2. End Fittings: Flanges or steel pipe nipples with clamps to suit piping and equipment connections. 2.06 FUEL SUPPLY SYSTEM A. Comply with NFPA 30 and NFPA 37. B. Fuel Piping: 1. Piping Connections: Include fuel suction and return lines to fuel storage tank, fuel supply, and return lines to engine, local fuel fill, vent line, overflow line, and tank drain line complete with shutoff valve. C. Fuel Storage Tank: Steel Dual wall, subbase mounted tank with capacity for unit operation for 48 hours with a 100% load factor. D. Initial Fill: Diesel fuel oil grade DF -2. 2.07 ENGINE EXHAUST SYSTEM A. Muffler: Industrial -type, Super critical silencer sized as recommended by engine manufacturer. Measured sound level in 20-75 Hz frequency band, according to "DEMA Test Code for Measurement of Sound from Heavy -Duty Reciprocating Engines: at distance of 25 ft. from exhaust discharge, is 87 dB or less. B. Connections from Engine to Exhaust System: Flexible section of corrugated stainless steel pipe. C. Connection from Exhaust Pipe to Muffler: Stainless-steel expansion joint with liners. D. Supports for Muffler and Exhaust Piping: Vibration isolating -type as recommended by manufacturer. E. Thimbles for Exhaust Piping as applicable: Conform to NFPA 211. 2.08 STARTING SYSTEM A. Description: 24 VDC electric with negative ground and including following items: 1. Components: Size so they will not be damaged during full engine -cranking cycle with specified maximum ambient temperature. 2. Cranking Motor: Heavy-duty unit that automatically engages and releases from engine flywheel without binding. 3. Cranking Cycle: As required by NFPA 110 system level specified. 4. Battery complies with SAEJ537 and has adequate capacity within ambient temperature range specified in Part 1 to provide specified cranking cycle series at least twice without recharging. 162350 Engine Generator Systems Page 8 of 15 Addendum No.3 Attachment No. 5 Page 8 of 15 5. Battery Cable: Size as recommended by generator set manufacturer for cable length required for connection to battery. Include required interconnecting conductors and connection accessories. 6. Battery Rack: Factory fabricated of metal with acid -resistant finish. 7. Battery -Charging Alternator: Factory -mounted on engine with solid-state voltage -regulation and 35 amp minimum continuous rating. 8. Battery Charger: Current limiting, automatic equalizing and float charging - type designed for operation from 120 v 60 Hz supply source. Unit complies with UL 508 and includes the following features: a. Operation: Equalizing charging rate of 10 amps is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to lower float -charging mode, and continues operating in that mode until battery is discharged again. b. Automatic Temperature Compensation: Adjusts float and equalizes voltages for variations in ambient temperature from —40°C to +60°C to prevent overcharging at high temperatures and undercharging at low temperatures. c. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to + 10%. d. Ammeter and Voltmeter: Flush mounted in door. Meters indicate charging rates. e. Safety Functions: Include sensing of abnormally low battery voltage arranged to close contacts providing "low battery voltage" indication on control and monitoring panel. Also include sensing of high battery voltage and loss of ac input or dc output of battery charger. Either of these conditions closes contacts that provide "battery charger malfunction" indication at system control and monitoring panel. f. Enclosure and Mounting: NEMA Class 1 wall -mounted cabinet. 2.09 CONTROL AND MONITORING A. Configuration: Operating and safety indications, protective devices, basic system controls, and engine gages are grouped on common control and monitoring panel mounted on generator set. Mounting method isolates control panel from generator set vibration. 1. Generator Circuit Breaker: Molded case type with adjustable ground fault tripping. 2. Shunt Trip Device: For generator breaker, connected to trip breaker when generator set is shut down by protective devices, where shown on Drawings. 3. Current and Potential Transformers: Instrument accuracy class. B. Indicating and Protective Devices, and Controls: Include the following: 1. Ac Voltmeter 2. Ac Ammeter 3. Ac Frequent Meter 162350 Engine Generator Systems Page 9 of 15 Addendum No.3 Attachment No. 5 Page 9 of 15 4. Dc Voltmeter (Alternator Battery Charging). 5. Engine Coolant Temperature Gage. 6. Engine -Lubricating Oil Pressure Gage. 7. Running Time Meter. 8. Ammeter/Voltmeter Phase Selector Switch or Switches. 9. Generator Voltage -Adjusting Rheostat. 10. Start -Stop Switch. 11. Overspeed Shutdown Device. 12. High Coolant — Temperature Shutdown Device. 13. Low Coolant — Level Shutdown Device. 14. Low Oil Pressure Shutdown Device. C. Supporting Items: Include sensors, transducers, terminals, relays, and other devices, and wiring required to support specified items. Locate sensors and other supporting items on engine, generator, or elsewhere as indicated. Where not indicated, locate to suit manufacturer's standard. D. Common Remote Audible Alarms: Signal occurrence of events listed below. Locate audible device and silencing means where indicated. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset. 1. High Engine Temperature Shutdown. 2. Low -Lube Oil Pressure Shutdown. 3. Overspeed Shutdown. 4. Remote Emergency Stop Shutdown. 5. High Engine Temperature Pre -alarm. 6. Low -Lube Oil Pressure Pre -alarm. 7. Low Fuel Tank Level. 8. Overcrank Shutdown. 9. Low Coolant Temperature Alarm. 10. Control Switch Not in "Auto" position. 11. Battery -Charger Malfunction Alarm. 12. Low Battery -Voltage Alarm. E. Remote Alarm Annunciator: Comply with NFPA 99. Labeled LEDs indicate alarm events. Common audible signal sounds for alarm conditions. Silencing switch in face of panel silences signal without altering visual indication. Connect so that after an alarm is silenced, clearing of initiating condition will reactivate alarm until silencing switch is reset. Cabinet and faceplate are surface -or flush -mounting type to suit mounting conditions indicated. F. Remote Emergency Stop Switch: Flush wall -mounted except as otherwise indicated and prominently labeled. Protect pushbutton from accidental operation. 2.10 GENERATOR, EXCITER, AND VOLTAGE REGULATOR A. Comply with NEMA MG 1 and specified performance requirements. 162350 Engine Generator Systems Page 10 of 15 Addendum No.3 Attachment No. 5 Page 10 of 15 B. Drive: Generator shaft is directly connected to engine shaft. Exciter is rotated integrally with generator rotor. C. Electrical Insulation: Class H or Class F. D. Station Winding Leads: Brought out to terminal box to permit future reconnection for other voltages if required. E. Construction prevents mechanical, electrical, and thermal damage due to vibration, overspeed up to 125% of rating, and heat during operation at 110% or rated capacity. F. Excitation uses no -slip or collector rings, or brushes, and is arranged to sustain generator output under short circuit conditions as specified. G. Enclosure: Dripproof. H. Instrument Transformers: Mounted within generator enclosure. Voltage Regulator: Solid -state -type, separate from exciter, providing performance as specified. 1. Adjusting rheostat on control and monitoring panel provides + 5% adjustment of output voltage operating band. J. Surge Protection: Conform to UL 1449. Mount suppressors in generator enclosure and connect to load terminals. Strip Heater: Thermostatically controlled unit arranged to maintain stator windings above dew point. 2.11 OUTDOOR GENERATOR SET ENCLOSURE A. Description: Weatherproof, soundproof stage 2 critical, aluminum housing. Multiple panels are lockable and provide adequate access to components requiring maintenance. Panels are removable by one person without tools. Key -locking and padlockable door latches shall be provided for all doors. Door hinges shall be stainless steel. All hardware shall be stainless steel. B. Fixed Louvers: At air inlet and discharge. Louvers prevent entry of rain and snow. C. Air Flow Through Housing: Adequate to maintain temperature rise of system components within required limits when unit operates at 110% or fated load for 2 hrs with ambient temperature at top of range specified under "System Service Conditions." D. Enclosure shall be rated for 120mph winds. 162350 Engine Generator Systems Page 11 of 15 Addendum No.3 Attachment No. 5 Page 11 of 15 2.12 LOAD CENTER A. Provide integrally mounted load center in generator enclosure for battery charger, jacket heater, lights, and any miscellaneous loads within generator. 2.13 AUTOMATIC TRANSFER SWITCH A. The automatic transfer switch shall be furnished under Specification 164960. 2.14 FINISHES A. Outdoor Enclosures: Polyurethane enamel over corrosion -resistant pretreatment and manufacturer's compatible standard primer. 2.15 SOURCE QUALITY CONTROL A. Factory Tests: Include prototype testing and Project -specific equipment tests (equipment manufactured specifically for this Project). B. Prototype Testing: Performed on separate engine generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. 1. Tests: Conform to those required for Level 1 energy converters in paragraphs 3.2.1, 3.2.1.1, and 3.2.1.2 NFPA 110. 2. Components and Accessories: Items furnished with installed unit that are not identical to those on tested prototype have been acceptably tested to demonstrate compatibility reliability. C. Project -Specific Equipment Tests: Test engine generator set and other system components and accessories prior to shipment. Test items individually and assembled and connected as complete system at factory in manner equivalent to that required at Project Site. Record and report test data. Conform to SAE 8528 and following: 1. Test Equipment: Use instruments calibrated within previous 12 mos and with accuracy directly traceable to National Institute of Standards and Technology (NIST). 2. Hydrostatic Test: Perform on radiator, heat exchanger, and engine water jacket. 3. Generator Tests: Conform to IEEE 115. 4. Complete System Continuous Operation Test: Includes nonstop operation for minimum of 8 hrs, including at least 1 hr each at 'A, 3/4, and full load, and 2 hrs at 110% of full load. If unit stops during 8 -hr test, repeat complete test. Record following minimum data at start and end of each load run, at 15 -min intervals between those times, and at 15 -min intervals during balance of test: 162350 Engine Generator Systems Page 12 of 15 Addendum No.3 Attachment No. 5 Page 12 of 15 a. Fuel consumption. b. Exhaust temperature. c. Jacket water temperature. d. Lubricating oil temperature and pressure. e. Generator load current and voltage, each phase. f. Generator system gross and net output kW. 5. Complete System Performance Tests: Include following to demonstrate conformance to specified performance requirements: a. Single-step load pickup. b. Transient and steady-state governing. c. Transient and steady-state voltage performance. d. Safety shutdown devices. 6. Observation of Test: Provide 2 -wk advance notice of tests and opportunity for observation of test by OWNER or ENGINEER. 7. Report test results within 10 days of completion of test. PART 3 EXECUTION 3.01 INSTALLATION A. Install equipment and accessories in accordance with manufacturer's instructions. Make all required power and control connections to equipment. B. Anchor generator set and other system components on concrete bases conforming Section 03300 and as indicated. Provide anchorage according to manufacturer's recommendations. C. Maintain minimum working space around components according to manufacturer's approved submittals and NEC. D. Ground and bond generator and other electrical system components in accordance with Section 161700 and NEC. 3.02 FIELD QUALITY CONTROL A. Manufacturer's Field Services: 1. Supplier's or manufacturer's representative for equipment specified herein 162350 Engine Generator Systems Page 13 of 15 Addendum No.3 Attachment No. 5 Page 13 of 15 shall be present at job site for a minimum of 2 mandays, travel time excluded, to supervise final adjustment of system after installation is complete, system startup, and training of OWNER'S personnel for system operation. Include minimum of: a. 1 manday for Installation Services. b. 1/2 manday for Instructional Services. c. 1/2 manday for Post Startup Services. 2. Supplier or manufacturer shall direct services to system and equipment operation, maintenance, troubleshooting, and equipment and system related areas. B. Tests: Provide services of qualified testing agency to perform tests listed below according to manufacturer's recommendations upon completion of installation of system. Use instruments bearing records of calibration within last 12 mos, traceable to NIST standards, and adequate for making positive observation of test results. Include following tests: 1. Battery Tests: Measure charging voltage and voltages between available battery terminals for full -charging and float -charging conditions. Check electrolyte level and specific gravity under both conditions. Test for contact integrity of connectors. 2. Battery Charger Tests: Verify specified rates of charge for both equalizing and float -charging conditions. 3. System Integrity Tests: Verify proper installation, connection, and integrity of each element of engine generator system before and during system operation. Check for air, exhaust, and fluid leaks. 4. Simulation of malfunctions to verify proper operation of local and remote protective, alarm, and monitoring devices. 5. Verify proper phasing of generator with utility supply at transfer switch. 6. Load Test: Operate engine generator unit with full connected building load for a period of 8 hours. 7. Automatic Operations Test: Perform automatic transfer test to confirm proper operation of system. Simulate loss of normal power and return of normal power. C. Retest: Correct deficiencies identified by tests and observations and retest until specified requirements are met. 3.03 CLEANING 3.04 Upon completion of installation, inspect system components. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. Any signs of corrosion shall be prepped, primed and painted. Clean components internally using methods and materials recommended by manufacturer. 162350 Engine Generator Systems Page 14 of 15 Addendum No.3 Attachment No. 5 Page 14 of 15 3.05 WARRANTY A. Unit shall be provided with a (5) year comprehensive warranty on all parts and labor. END OF SECTION 162350 Engine Generator Systems Page 15 of 15 Addendum No.3 Attachment No. 5 Page 15 of 15 SECTION 164430 MOTOR CONTROL CENTER PART 1 GENERAL 1.01 SCOPE A. Furnish, install, test and commission the motor control centers as specified herein and as indicated on the drawings. B. The motor control center (MCC) shall be furnished as a part of the PCR Building and shall be factory installed, wired and tested by the PCR Manufacturer. 1.02 RELATED SECTIONS A. Section 169200 — PCR Building B. Section 164960 — Automatic Transfer Switch 1.03 REFERENCES A. The Motor Control Centers and all components shall be designed, manufactured and tested in accordance with the latest applicable standards of NEMA, ANSI and UL 845. 1.04 SUBMITTALS A. Procedure: Submit in accordance with section 160100. B. Product Data: 1. Master drawing index 2. Front view elevation 3. Floor plan 4. Top view 5. Single line 6. Control schematic drawings for each individual unit 7. Three line diagram of current and potential circuits 8. Nameplate schedule 9. Starter and component schedule 10. Conduit entry/exit locations 11. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 12. Major component ratings including: a. Voltage b. Continuous current c. Interrupting capability 13. Cable terminal sizes. 14. Descriptive bulletins on equipment and components. 164430 Motor Control Center Page 1 of 7 Addendum No. 3 Attachment No. 6 Page 1 of 7 1.05 SUBMITTALS — RECORD DATA A. Procedure: Submit in accordance with Section 160100. B. Record Data: 1. Final as built drawings and information for items listed in Section 1.04. 2. Unit wiring diagrams 3. Certified production test reports 4. Installation, operation and maintenance manuals 5. Renewal parts list C. QUALIFICATIONS 1. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. 2. For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. 3. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 EXTRA PRODUCTS A. Manufacturer shall submit a renewal parts list showing those maintenance items which will be needed for proper maintenance and to provide normal equipment life. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Eaton B. Square D 2.02 RATINGS A. The Motor Control Center(s) shall be 600 -volt class, suitable for operation on a 480 volt, three-phase, four -wire, 60 -hertz system with a short circuit current availability of 65,000 amps RMS symmetrical. 2.03 CONSTRUCTION A. Motor Control Center(s) shall be Eaton type F2100 design, or Square D Model 6 or approved equal. 164430 Motor Control Center Page 2of7 Addendum No. 3 Attachment No. 6 Page 2 of 7 B. Structures shall be totally enclosed deadfront, free-standing assemblies. They shall be 90 inches high and 21 inches deep for front -mounted units. Structures shall contain a horizontal wireway at the top, isolated from the horizontal bus and shall be readily accessible through a hinged cover. Adequate space for conduit and wiring to enter the top or bottom shall be provided without structural interference. C. Compartments for mounting control units shall be incrementally arranged such that not more than six (6) size 1 starters can be mounted within each vertical structure. Guide rails shall be provided. D. A vertical wireway with minimum of 35 square inches of cross sectional area shall be adjacent to each vertical unit and shall be covered by a hinged door. Wireways shall contain steel rod cable supports. E. All full voltage starter units through NEMA Size 5 shall be of the drawout type. Draw -out provisions shall include a positive guide rail system and stab shrouds to absolutely ensure alignment of stabs with the vertical bus. Draw -out units shall have a tin-plated stab assembly for connection to the vertical bus. No wiring to these stabs shall extend into the bus compartment. Interior of all units shall be painted white for increased visibility. F. All drawout units shall be secured by a spring-loaded quarter turn indicating type fastening device located at the top front of the unit. Each unit compartment shall be provided with an individual front door. G. An operating mechanism shall be mounted on the primary disconnect of each starter unit. It shall be mechanically interlocked with the unit door to prevent access unless the disconnect is in the OFF position. A defeater shall be provided to bypass this interlock. With the door open, an interlock shall be provided to prevent inadvertent closing of the disconnect. A second interlock shall be provided to prevent removal or re-insertion of the unit while in the ON position. Padlocking facilities shall be provided to positively lock the disconnect in the OFF position with from one (1) to three (3) padlocks with the door open or closed. In addition, means shall be provided to padlock the unit in a partially withdrawn position with the stabs free of the vertical bus. 2.04 BUS A. Each structure shall contain a main horizontal copper tin-plated bus, with minimum ampacity as shown on the drawings. The horizontal bus shall be rated at 50 degrees C temperature rise over a 40 degree C ambient in compliance with UL standards. Vertical busses feeding unit compartments shall be tin-plated copper and shall be securely bolted to the horizontal main bus. All joints shall be front accessible for ease of maintenance. The vertical bus shall have a minimum rating of 300 amperes. B. Isolation of the vertical bus compartment from the unit compartment shall be by means of a full height insulating barrier. This barrier shall be a single sheet of glass reinforced polyester with cutouts to allow the unit stabs to engage the vertical bus. Provide snap -in covers for all unused openings. 164430 Motor Control Center Page 3 of 7 Addendum No. 3 Attachment No. 6 Page 3 of 7 C. Busses shall be braced for 65,000 amperes RMS symmetrical. 2.05 WIRING/TERMINATIONS A. Wiring shall be NEMA Class 1, Type B. B. Control wiring conductor shall be No. 14 AWG minimum size, stranded copper conductor. C. All control wiring shall be labeled at each termination in accordance with the final, approved schematic drawings. D. Units shall be equipped with side -mounted, positive latch pull -apart type control terminal blocks rated 600 -volts. Knockouts shall be provided for the addition of future terminal blocks. 2.06 MOTOR CONTROLLERS A. Provide combination starter units in the sizes and quantities as indicated on the drawings. B. Combination starter units shall be either full voltage or reduced voltage bypass type, as indicated on the drawings, and shall utilize Motor Circuit Protectors. (MCP) 1. Each combination unit shall be rated 65,000 AIC symmetrical at 480V. The MCP shall provide adjustable magnetic protection and be provided with pin insert to stop magnetic adjustment at 1300% motor nameplate full load current to comply with NEC requirements. All MCP combination starter units shall have a "tripped" position on the unit disconnect and a push -to - test button on the MCP. Type HMCP motor circuit protectors shall include transient override feature for motor inrush current. Each MCP shall have a SPDT alarm signal switch which will operate only when the MCP is tripped. 2. Magnetic motor starters shall be Eaton type F2100 or approved equal, electrically operated, electrically held, three -pole assemblies with arc extinguishing characteristics and shall have silver -to -silver renewable contacts. They shall have provisions for a total of eight (8) NO or eight (8) NC auxiliary contacts. The overload relay assembly shall be of the thermal bimetallic ambient compensated type. Overload relays shall be reset from outside the enclosure by means of an insulated button. The overload relay shall have a built-in push -to -test button, electrically isolated NO -NC contacts and single phase sensitivity. 3. Each magnetic combination starter shall be equipped with: a. Control power transformer, 120 volt secondary with 2 primary and 1 secondary fuses. b. Red indicating light, press -to -test, LED type. c. Two (2) normally open and two (2) normally closed auxiliary contacts. 2.07 CIRCUIT BREAKERS A. Provide molded case feeder circuit breakers as indicated on the drawings. B. Individual feeder breakers shall have a minimum interrupting capacity of 65,000 amps at rated voltage unless otherwise indicated on the drawings. 164430 Motor Control Center Page 4of7 Addendum No. 3 Attachment No. 6 Page 4 of 7 2.08 METERING A. Provide a separate metering compartment with hinged front door containing a microprocessor based, multifunction meter, instrument transformer and phase failure protective relay. B. Current transformers shall be window type ratio as indicated, 0.361.8 metering accuracy. Wire secondary circuits through shorting type terminal strips. C. Potential transformers shall be 480:120 volt, metering class, with connections as indicated. Provide primary and secondary fuses. D. Meter 1. 480/277 volt, 3 phase, 3 element 2. Cutler -Hammer IQ Analyzer or 3. Square D Power Logic 4. Approved equal E. Phase Failure Relay 1. Device 27/47, Diversified Electronics Model SLE -120 -ALE, 120 VAC 3 phase input. Provide an auxiliary relay, device 27/47X to interlock each motor starter and to provide inputs to PLC and SCADA system. 2.09 AUTOMATIC TRANSFER SWITCH A. See Section 164960. 2.10 SURGE PROTECTION A. Provide transient voltage surge suppression unit suitable for ANSI/IEEE C62.41 Category 3 environment. B. The unit shall meet the requirements of UL 1449 SUR and ANSI/IEEE C62.41 Category C3 for let through voltage. The device shall be capable of withstanding a surge current of 250 kA per phase (8 X 20 microsecond waveform), without damage or degradation. C. Provide a 30 amp disconnect. The disconnect shall be directly integrated to the suppressor and MCC bus using bolted bus bar connections. Locate on load side of main disconnect device, as close as possible to the phase conductors and ground / neutral bar. D. Accessories: 1. Push to test feature. 2. Form C dry contacts for remote stator monitoring. 3. Surge counter. 164430 Motor Control Center Page 5 of 7 Addendum No. 3 Attachment No. 6 Page 5 of 7 2.11 ACCESSORIES A. Space Heaters 1. Provide thermostatically controlled enclosure space heaters in the MCC to prevent condensation. Space heater circuit shall be factory wired to the low voltage panelboard and shall be provided with a Hand -Off -Auto control switch. 2.12 ENCLOSURE A. The type of enclosure shall be in accordance with NEMA standards for Type 1A with gasketed doors. All enclosing sheet steel, wireways and unit doors shall be gasketed. 2.13 NAMEPLATES A. Each unit shall be provided with a 1.0 x 2.5 -inch hot stamped nameplate. The lettering shall be black 3/16 -inch high, in a white background. The legend shall match the approved nameplate schedule. 2.14 FINISH A. The control center shall be given a phosphatizing pretreatment. The paint finish shall be an anionic, thermoset acrylic. Manufacturer's standard color shall be used. B. The control center finish shall pass 600 hours of corrosion resistance testing per ASTM B 117. PART 3 EXECUTION 3.01 FACTORY TESTING A. All factory tests required by the latest ANSI, NEMA and UL standards shall be performed. B. The manufacturer shall provide three (3) certified copies of factory test reports. 3.02 INSTALLATION A. The motor control center shall be factory installed within the PCR enclosure by the PCR Manufacturer. B. Individual motor control center sections shall be properly aligned, leveled, connected and secured to the PCR structure. C. The MCC ground bus shall be bonded to the PCR ground bus at a minimum of two (2) locations. D. The PCR Manufacturer shall install all required interconnecting control wiring between MCC units and between MCC and transfer switch. 164430 Motor Control Center Page 6 of 7 Addendum No. 3 Attachment No. 6 Page 6 of 7 3.03 FIELD INSTALLATION A. Make required power, grounding and control field wiring connections to the motor control center. B. Tighten bus joint bolts and electrical connector and terminal bolts in accordance with manufacturer's instructions and torque values. Where manufacturer's values are not stated, use those specified in UL 486A and UL 486B. 3.04 FIELD QUALITY CONTROL A. Provide the services of a qualified factory -trained manufacturer's representative to assist the Contractor in installation and start-up of the equipment specified under this section. The manufacturer's representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. B. The following minimum work shall be performed by the Contractor under the technical direction of the manufacturer's service representative. 1. Inspection and final adjustments of solid state reduced voltage starters and automatic transfer switch. 2. Operational and functional checks of solid state reduced voltage starters and automatic transfer switch. 3. Adjust instantaneous trip setting of motor circuit protectors. 4. Select and install heater elements in overload relays in accordance with installed motor nameplate data. 5. Perform other pre-energization tests as recommended by Manufacturer. C. The Contractor shall provide three (3) copies of the manufacturer's field start-up report. 3.05 MANUFACTURER'S CERTIFICATION A. A qualified factory -trained manufacturer's representative shall certify in wiring that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three (3) copies of the manufacturer's representative's certification. END OF SECTION 164430 Motor Control Center Page 7 of 7 Addendum No. 3 Attachment No. 6 Page 7 of 7 SECTION 164500 ENCLOSED ADJUSTABLE FREQUENCY CONTROLLER (1-500 HP) PART 1 GENERAL 1.01 SCOPE OF WORK A. This section provides specification requirements for adjustable frequency drives or variable speed drives (identified herein as AC Drives) for use with NEMA® MG31 inverter -duty motors or with NEMA asynchronous Design B motors having an appropriate output filter. B. The manufacturer shall furnish, field test, adjust, and certify all installed AC Drives for satisfactory operation. C. Any exceptions or deviations to this specification shall be indicated in writing and submitted with the quotation. 1.02 REFERENCES A. ANSI®/NFPA® 70 — National Electrical Code® (NEC®) B. CSA® C22.2 No. 14-M91 — Industrial Control Equipment C. IEC 61000 — Electromagnetic Compatibility D. NEMA 250 — Enclosures for Electrical Equipment E. NEMA ICS7 — Industrial Control and Systems Adjustable Speed Drives F. NEMA ICS 7.1 —Safety Standards for Construction and Guide for Selection Installation and Operation of Adjustable Speed Drives G. UL® 50 — Enclosures for Electrical Equipment H. UL 98 — Disconnect Switches I. UL 507 — Electric Fans J. UL 508 — Industrial Control Equipment K. UL 508C — Power Conversion Equipment L. UL 991 — Safety Tests for Safety Related Controls Employing Solid State Devices M. OSHA® 1910.95 — AC Drive Controller Acoustical Noise N. IBC® — International Building Code® O. ASCE/SEI 7® — Seismic Performance Requirements P. ICC ES AC156 — Shake -Table Test Acceptance Criteria 1.03 SUBMITTALS A. 6 Copies of the approval drawings shall be furnished for the engineer's approval prior to factory assembly of the AC Drives. These drawings shall consist of elementary power and control wiring diagrams and enclosure outline drawings. The enclosure drawings shall include front and side views of the enclosures with overall dimensions and weights, conduit entrance locations, and nameplate legends. B. Standard catalog sheets shall be furnished for each different horsepower rated AC Drive, showing voltage, horsepower, maximum current ratings, and recommended replacement parts with part numbers. 164500 Variable Frequency Drive Page 1 of 8 Addendum No. 3 Attachment No. 7 Page 1 of 7 C. A harmonic distortion analysis shall be performed by the manufacturer based on documentation supplied by the contractor. The engineering documentation shall consist of one -line diagrams, utility short circuit information, distribution transformer information (kVA, %Z, and X/R ratio) and emergency standby generator (kW and subtransient reactance) data if applicable. The harmonic distortion analysis report shall be part of the approval drawing process, submitted to the engineer for approval. 1.04 WARRANTY A. An 18 -month parts warranty shall be provided on materials and workmanship from the date of invoice from an authorized distributor. 1.05 QUALITY ASSURANCE A. The manufacturer of the AC Drive shall be a certified ISO 9001 facility. B. The AC Drive and all associated optional equipment shall be UL Listed according to UL 508C Power Conversion Equipment or UL 508A Industrial Control Panel. A UL label shall be attached inside each enclosure as verification. C. The AC Drive shall be designed, constructed, and tested in accordance with UL, CSA, NEMA, IBC, ASCE/SEI 7, and NEC standards. D. Every power converter shall be quality assurance tested with an AC induction motor under load conditions and subjected to a dielectric voltage -withstand test, with all enclosed devices mounted and wired, prior to shipment. E. Quality assurance documentation shall be furnished to verify successful completion upon written request of the engineer. PART 2 PRODUCT 2.01 MANUFACTURERS A. The AC Drive shall be provided by Schneider Electric or approved equal. Substitutions shall meet all aspects of the specifications herein. B. Alternate control techniques, other than pulse width modulated (PWM) control, are not acceptable. 2.02 GENERAL DESCRIPTION A. The AC Drive shall convert the input AC mains power to an adjustable frequency and voltage as defined below and indicated on the drawings or motor control schedules. 1. For AC Drives rated up to 500 hp, the AC Drive manufacturer shall use a 6 -pulse bridge rectifier design with harmonic suppressors for effective harmonic mitigation. The diode rectifiers shall convert fixed voltage and frequency, AC line power to fixed DC voltage. The power section shall be insensitive to phase rotation of the AC line. B. The output power section shall change fixed DC voltage to adjustable frequency AC voltage. This section shall use insulated gate bipolar transistors (IGBT) or intelligent power modules (IPM) as required by the current rating of the motor. 164500 Variable Frequency Drive Page 2 of 8 Addendum No. 3 Attachment No. 7 Page2of7 2.03 CONSTRUCTION A. The AC Drive shall be mounted in a Type 1 enclosure with an externally operated disconnect device. B. A mechanical interlock shall prevent an operator from opening the AC Drive door when the disconnect is in the On position. Another mechanical interlock shall prevent an operator from placing the disconnect in the On position while the AC Drive door is open. It shall be possible for authorized personnel to defeat these interlocks. C. Provisions shall be made for locking all disconnects in the Off position. Provisions for additional padlocking shall be made by the customer using an approved lockout/tagout device. D. Provisions shall be made for accepting a padlock to lock the enclosure door. 1.04 MOTOR DATA A. The AC Drive shall be sized to operate the following AC motors and shall be defined to match the load schedules and the type of connections used between the motor and the load, such as a direct connection or a power transmission connection: 1. Motor horsepower rating(s) — See oneline diagram. 2. Motor full load ampere ratings coordinated to NEC2008 Table 430-250. 3. Motor synchronous speed 1800 at 60 Hz. 4. Motor utilization voltage 460 VAC 5. Motor service factor 1.15 1.05 APPLICATION DATA A. The AC Drive shall be sized to operate a variable, constant torque load. B. The speed range shall be from a minimum speed of 0.1 Hz to a maximum speed of 60 Hz. 1.06 ENVIRONMENTAL RATINGS A. The AC Drive shall meet IEC 60664-1 and NEMA ICS -1 Annex A standards. B. The AC Drive shall be designed to operate in an ambient temperature of -10 to + 40 °C (+14 to 104 °F). Type 3R shall be designed to operate from -10 to +50 °C (+14 to 122 °F). C. The storage temperature range shall be -25 to +65 ° C (-13 to +149 °F). D. The maximum relative humidity shall be 95% at 40 °C (104 °F), non -condensing with no dripping water, conforming to IEC 60068-2-3. E. The AC Drive shall be rated to operate at altitudes less than or equal to 3,300 feet (1000 meters) without derating. For altitudes above 3,300 feet (1000 meters), the manufacturer's derating factors shall apply. F. The AC Drive shall conform to IEC 600721-3-3-3M3 Amplitude for Operational Vibration Specifications. 1.07 RATINGS A. The AC Drive shall be designed to operate from an input voltage of 460 VAC plus or minus 10%. B. The AC Drive shall operate from an input voltage frequency range of 47-63 Hz. 164500 Variable Frequency Drive Page 3 of 8 Addendum No. 3 Attachment No. 7 Page3of7 C. The displacement power factor shall not be less than 0.95 lagging under any speed or load condition. D. The efficiency of the AC Drive at 100% speed and load shall typically not be less than 96%. Efficiency shall vary with the power rating of the AC Drive. E. The constant, variable torque rated AC Drive overcurrent capacity shall be 150%, 110% for one minute. F. The output carrier frequency of the AC Drive shall be randomly modulated depending on the Drive rating for low noise operation. No AC Drive with an operable carrier frequency above 16 kHz shall be allowed. G. The output frequency shall be from 0.1-60 Hz. H. The AC Drive shall develop rated motor torque at 0.5 Hz (60 Hz base) in a sensorless flux vector (SVC) mode using a standard induction motor without an encoder feedback signal. 1.08 PROTECTION A. Upon power -up, the AC Drive shall automatically test for valid operation of memory, valid operation of option module, loss of analog reference input, loss of communication, dynamic brake failure, DC to DC power supply, control power, and the pre -charge circuit. B. The AC Drive shall be UL Listed according to UL 508C for use on distribution systems with 100,000 A available fault current. The AC Drive shall have a coordinated short circuit rating designed to UL 508C and listed on the nameplate. UL 508A industrial panels shall be rated per the specification of the customer. C. The AC Drive shall have protection against short circuits, protection between output phases and ground; and protection between the logic and analog outputs. D. The AC Drive shall have minimum AC under -voltage power loss ride -through of 200 milliseconds. The AC Drive shall have the user -defined option of frequency fold - back to allow motor torque production to continue to increase the duration of the power loss ride -through (excludes ATV21 S -Flex). E. The AC Drive shall have a selectable ride -through function that shall allow the logic to maintain control for a minimum of one second without faulting. F. The AC Drive shall have an auto restart function that shall provide programmable restart attempts for a fault condition other than a ground fault, short circuit, or internal fault condition. The programmable time delay before restart attempts shall be unlimited. G. The AC Drive shall have a programmable deceleration mode for normal and fault conditions. The stop modes shall include freewheel stop, fast stop, and DC injection braking. H. Upon loss of the analog process follower reference signal, the AC Drive shall enter a tripped condition and/or operate at a user -defined speed set between software programmed low -speed and high-speed settings. 1. The AC Drive shall have solid state 12t protection that is UL Listed and meets UL 508C as a Class 10 overload protection and meets IEC 60947. The minimum adjustment range shall be from 20-150 % of the nominal output current rating of the AC Drive. J. A thermal switch with a user selectable pre -alarm shall provide the AC Drive with a minimum of 60 seconds delay before over -temperature fault. K. The heat -sink shall have bonded fin, moulded, or block -milled construction for maximum heat transfer. L. The AC Drive shall have a fold -back function that shall automatically anticipate a controller overload condition and fold back the frequency to avoid a fault condition. 164500 Variable Frequency Drive Page 4 of 8 Addendum No. 3 Attachment No. 7 Page 4 of 7 M. The output frequency of the AC Drive shall be software enabled to fold back when the motor is overloaded. N. There shall be three skip frequency ranges with hysteresis adjustment that can each be programmed independently, back to back, or overlapping. 2.10 ADJUSTMENTS AND CONFIGURATIONS A. The AC Drive shall self -configure to the main operating supply voltage and frequency. Operator adjustments shall not be required. B. Upon power up, the AC Drive shall automatically send a signal to the connected motor. The stator resistance data shall be measured at rated current. The AC Drive shall automatically optimize the operating characteristics according to the stored data. C. The AC Drive shall be factory preset to operate most common applications. D. A choice of at least two types of acceleration and deceleration ramps shall be available in the AC Drive software: linear and S curve. Other product specific curves may be available. E. The acceleration and deceleration ramp times shall be adjustable from 0.01 to at least 3,200 seconds. F. The volts per hertz ratios shall be user selectable to meet variable torque loads, normal, and high-torque machine applications. G. The memory shall retain and record run status and fault type of at least the past four faults. H. Slip compensation shall be adjustable from 0-150%. I. The software shall have an "Energy Saving" function that shall reduce the voltage to the motor when the variable torque setting is selected. A constant volts/hertz ratio shall be maintained during acceleration. The output voltage shall then automatically adjust to meet the torque requirement of the load. J. The AC Drive shall offer programmable DC injection braking that will brake the AC motor by injecting DC current and creating a stationary magnetic pole in the stator. The level of current shall be adjustable between 10% and 100% of rated current and available from 1.0 to at least 20 seconds continuously. For continuous operation after 30 seconds, the current shall be automatically reduced to 50% of the nameplate current of the motor. K. Sequencing logic shall coordinate the engage and release thresholds and time delays for the sequencing of the AC Drive output, mechanical actuation, and DC injection braking in order to accomplish smooth starting and stopping of a mechanical process. 2.11 GRAPHIC DISPLAY TERMINAL INTERFACE A. The graphic display terminal shall provide 8 lines of 240 by 160 pixels (in English) to control, adjust, and configure the ATV61 AC Drive or the ATV71 AC Drive (excludes the ATV21 AC Drive). All electrical values, bar charts, configuration parameters, I/O assignments, application and activity functions, faults, local control, adjustment storage, self -test, and diagnostics shall be accessible through the terminal interface. There shall be a standard selection of six additional languages built into the operating software. B. The AC Drive model number, torque type, software revision number, horsepower, output current, motor frequency, and motor voltage shall be listed on the drive identification display as viewed on the graphic display terminal. C. At a minimum, the selectable outputs shall consist of speed reference, output frequency, output current, motor torque, output power, output voltage, line voltage, DC 164500 Variable Frequency Drive Page 5 of 8 Addendum No. 3 Attachment No. 7 Page 5of7 voltage, motor thermal state, drive thermal state, elapsed time, motor speed, machine speed reference, and machine speed. D. The graphic display terminal shall consist of programmable function keys. The functions shall allow both operating commands and programming options to be preset by the operator. A hardware selector switch shall lock out the graphic display terminal from unauthorized personnel. E. The graphic display terminal shall offer a simple to advanced user menu consisting of parameter setting, I/O map, fault history, and drive configuration. A software lock shall limit access to the main menu. F. The navigation scheme shall provide the ability to scroll through menus and screens, select or activate functions, or change the value of a selected parameter. G. An Escape key shall return a parameter to the existing value if an adjustment is not required and the value shall be displayed. The escape function shall also return to a previous menu display. H. A Run key and a Stop key shall command a normal start and stop as programmed when the AC Drive is in keypad control mode. The Stop key must be active in all control modes. I. A user interface shall be available that is a WINDOWS° based personal computer, serial communication link, or detachable graphic display terminal. J. The keypad and all door -mounted controls must be Type 1 rated. 2.12 CONTROL A. External pilot devices may be connected to a terminal strip for starting/stopping the AC Drive, speed control, and displaying operating status. All control inputs and outputs shall be software assignable. B. A 2 -wire or 3 -wire control strategy shall be defined within the software. The 2 -wire control shall allow automatic restart of the AC Drive without operator intervention after a fault or loss of power. The 3 -wire control shall require operator intervention to restart the AC Drive after a fault or loss of power. C. The control power for the digital inputs and outputs shall be 24Vdc. D. The internal power supply shall incorporate an automatic current fold -back function that protects the internal power supply if incorrectly connected or shorted. The transistor logic outputs shall be current limited to 220 mA and shall not be damaged if shorted or if excess current is pulled. E. All logic connections shall be furnished on pull -apart terminal strips (excludes S -Flex). F. There shall be two software assignable analog inputs with interference filtering. The analog inputs shall be software selectable and shall consist of user -defined configurations: x -y mA or x -y V. G. There shall be at least four software assignable logic inputs that shall be selected and assigned in the software. The logic input assignments shall consist of forward, reverse, jog, plus/minus speed (2 inputs required), setpoint memory, preset speeds (up to 8 inputs), auto/manual control, controlled stop, terminal or keypad control, output contactor (2 inputs required), motor switching, and fault reset. H. There shall be at least one software assignable analog output with interference filtering. The analog outputs can be selected and assigned in the software. The analog output assignments shall be proportional to the following motor characteristics: frequency, current, power torque, voltage, and thermal state. The output signal shall be user -defined configurations: x -y mA or x -y V. 164500 Variable Frequency Drive Page 6 of 8 Addendum No. 3 Attachment No. 7 Page 6 of 7 I. Two voltage -free Form C relay output contacts shall be provided. One of the contacts shall indicate AC Drive fault status. The other contact shall be user assignable. J. There shall be a hardware input/output extension module that also provides interlocking and sequencing capabilities. The module shall be fully isolated and housed in a finger -safe enclosure with pull -apart terminal strips. The module shall add four logic inputs, two analog inputs, two relay outputs, and one analog output. All of the inputs and outputs shall be user assignable in the software as previously defined (excludes S -Flex). K. The combination enclosure shall have the following optional 22mm door -mounted operators: ■ Power On pilot light (red) ■ Drive Run pilot light (green) ■ Drive Fault pilot light (yellow) ■ ON OFF selector switch ■ Manual speed potentiometer PART 3 EXECUTION 3.01 INSPECTION A. Verify that the location is ready to receive work and the dimensions are as indicated. B. The AC Drive equipment shall not be installed until the building environment can be maintained within the service conditions required by the manufacturer. 3.02 PROTECTION A. Before and during the installation, the AC Drive equipment shall be protected from site contaminants. 3.03 INSTALLATION A. Installation shall comply with manufacturer's instructions, drawings, and recommendations. B. The AC Drive manufacturer shall provide a certified technical service representative to supervise the contractor's installation, testing, and start-up of the AC Drive(s) furnished under this specification for a maximum total of 1 days. The start-up service shall be quoted as a separate line item. 3.04 TRAINING A. An on-site training course of 1 training days shall be provided by an authorized representative of the AC Drive manufacturing plant and/or maintenance personnel and quoted as a separate line item. END OF SECTION 164500 Variable Frequency Drive Page 7 of 8 Addendum No. 3 Attachment No. 7 Page7of7 SECTION 164960 AUTOMATIC TRANSFER SWITCHES 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. 1.2 SUMMARY A. Furnish and install Automatic Transfer Switches, with voltage, number of poles and WCR ratings as indicated by drawings. Each automatic transfer shall consist of a power transfer switch mechanism and a microprocessor controller to provide automatic operation. This Section includes transfer switches rated 600 V and less, including the following: 1. Automatic transfer switches. B. Related Sections include the following: 1. Division 164430 Motor Control Center. 1.3 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 transfer switch. C. Field quality -control test reports. D. Operation and Maintenance Data: For each type of product 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. 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. 1.4 QUALITY ASSURANCE 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. 164960 Automatic Transfer Switch Page 1 of 10 Addendum No. 3 Attachment No. 8 Page 1 of 10 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. 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 NEMA ICS 1. E. Comply with NFPA 70. F. Comply with NFPA 99. G. Comply with NFPA 110. H. Comply with UL 1008 unless requirements of these Specifications are stricter. 1.5 COORDINATION A. Transfer switch to be located in Motor Control Center. Confirm sizing requirement with Supplier of Motor Control Center as specified in Section 164430. 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. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Contactor Transfer Switches: a. ASCO (basis for this specification) b. Russelectric c. Eaton d. Engineer approved equal (provided the manufacturer meets all portions of this specification) 164960 Automatic Transfer Switch Page 2 of 10 Addendum No. 3 Attachment No. 8 Page 2 of 10 2.2 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. 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 Switching. Where four -pole switches are indicated, provide neutral pole switched simultaneously with phase poles. H. Neutral Terminal: Solid and fully rated, unless otherwise indicated. 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. J. 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. 164960 Automatic Transfer Switch Page 3 of 10 Addendum No. 3 Attachment No. 8 Page 3 of 10 3. Control Wiring: Equipped with lugs suitable for connection to terminal strips. 2.3 AUTOMATIC TRANSFER SWITCHES A. Comply with Level 1 equipment according to NFPA 110. B. Switching Arrangement: Contactor based switch. 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. 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. Digital Communication Interface: Matched to capability of remote annunciator or annunciator and control panel. G. In -Phase Monitor: Factory -wired, internal relay controls transfer so it occurs only when the two sources are synchronized in phase. Relay compares phase relationship and frequency difference between normal and emergency sources and initiates transfer when both sources are within 15 electrical degrees, and only if transfer can be completed within 60 electrical degrees. Transfer is initiated only if both sources are within 2 Hz of nominal frequency and 70 percent or more of nominal voltage. H. Motor Disconnect and Timing Relay: Controls designate starters so they disconnect motors before transfer and reconnect them selectively at an adjustable time interval after transfer. Control connection to motor starters is through wiring external to automatic transfer switch. Time delay for reconnecting individual motor loads is adjustable between 1 and 60 seconds, and settings are as indicated. Relay contacts handling motor -control circuit inrush and seal currents are rated for actual currents to be encountered. Programmed Neutral Switch Position: Switch operator has a programmed neutral position arranged to provide a midpoint between the two working switch positions, with an intentional, time -controlled pause at midpoint during transfer. Pause is adjustable from 0.5 to 30 seconds minimum and factory set for 0.5 second, unless otherwise indicated. Time delay occurs for both transfer directions. Pause is disabled unless both sources are live. J. 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. 164960 Automatic Transfer Switch Page 4 of 10 Addendum No. 3 Attachment No. 8 Page 4 of 10 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. 10. Engine Starting Contacts: One isolated and normally closed, and one isolated and normally open; rated 10 A at 32-V dc minimum. 11. Engine Shutdown Contacts: Instantaneous; shall initiate shutdown sequence at remote engine -generator controls after retransfer of load to normal source. 12. Engine Shutdown Contacts: Time delay adjustable from zero to five minutes, and factory set for five minutes. Contacts shall initiate shutdown at remote engine - generator controls after retransfer of load to normal source. 13. Engine -Generator Exerciser: Solid-state, programmable -time switch starts engine generator and transfers load to it from normal source for a preset time, then retransfers and shuts down engine after a preset cool -down period. Initiates exercise cycle at preset intervals adjustable from 7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7 -day exercise cycle, 20 -minute running period, and 5 -minute cool -down period. Exerciser features include the following: 164960 Automatic Transfer Switch Page 5 of 10 Addendum No. 3 Attachment No. 8 Page 5 of 10 a. Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer. b. Push-button programming control with digital display of settings. c. Integral battery operation of time switch when normal control power is not available. 2.4 MICROPROCESSOR CONTROLLER A. The controller's sensing and logic shall be provided by a single built-in microprocessor for maximum reliability, minimum maintenance, and the ability to communicate serially through an optional serial communication module. B. A single controller shall provide twelve selectable nominal voltages for maximum application flexibility and minimal spare part requirements. Voltage sensing shall be true RMS type and shall be accurate to ❑ 1 % of nominal voltage. Frequency sensing shall be accurate to 0.2%. The panel shall be capable of operating over a temperature range of - 20 to +60 degrees C and storage from -55 to +85 degrees C. C. The controller shall be connected to the transfer switch by an interconnecting wiring harness. The harness shall include a keyed disconnect plug to enable the controller to be disconnected from the transfer switch for routine maintenance. Sensing and control logic shall be provided on multi -layer printed circuit boards. Interfacing relays shall be industrial grade plug-in type with dust covers. The panel shall be enclosed with a protective cover and be mounted separately from the transfer switch unit for safety and ease of maintenance. The protective cover shall include a built-in pocket for storage of the operator's manuals. D. All customer connections shall be wired to a common terminal block to simplify field -wiring con nections. E. The controller shall meet or exceed the requirements for Electromagnetic Compatibility (EMC) as follows: 1. EN 55011:1991 Emission standard - Group 1, Class A 2. EN 50082-2:1995 Generic immunity standard, from which: a. EN 61000-4-2:1995 Electrostatic discharge (ESD) immunity b. ENV 50140:1993 Radiated Electro -Magnetic field immunity c. EN 61000-4-4:1995 Electrical fast transient (EFT) immunity d. EN 61000-4-5:1995 Surge transient immunity e. EN 61000-4-6:1996 Conducted Radio -Frequency field immunity 3. IEEE472 (ANSI C37.90A) Ring Wave Test. 164960 Automatic Transfer Switch Page 6 of 10 Addendum No. 3 Attachment No. 8 Page 6 of 10 2.5 SOURCE QUALITY CONTROL A. Factory test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time -delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1. PART 3 - EXECUTION 3.1 INSTALLATION A. Transfer switch shall be installed in motor control center and tested at factory. 3.2 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 Division 161700 Section "Grounding and Bonding" and as per latest edition of NEC. C. Connect wiring according to Division 164020 Section "Electrical Wiring Systems." 3.3 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform tests and inspections and prepare test reports. B. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing. C. Perform tests and inspections and prepare test reports. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installation, including connections, and to assist in testing. 2. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 3. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 4. 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. 164960 Automatic Transfer Switch Page 7 of 10 Addendum No. 3 Attachment No. 8 Page 7 of 10 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. 5. 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. 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. g. 6. 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. 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. 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. c. Verify that manual transfer warnings are properly placed. 164960 Automatic Transfer Switch Page 8 of 10 Addendum No. 3 Attachment No. 8 Page 8 of 10 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. 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. g. 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. G. Remove and replace malfunctioning units and retest as specified above. H. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each switch. Remove all access panels so joints and connections are accessible to portable scanner. 1. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each switch 11 months after date of Substantial Completion. 2. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 3. Record of Infrared Scanning: Prepare a certified report that identifies switches checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 164960 Automatic Transfer Switch Page 9 of 10 Addendum No. 3 Attachment No. 8 Page 9 of 10 3.4 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. PART 4 - ADDITIONAL REQUIREMENTS 4.1 Withstand and Closing Ratings A. The ATS shall be rated to close on and withstand the available RMS symmetrical short circuit current at the ATS terminals with the type of overcurrent protection shown on the plans. B. The ATS shall be UL listed in accordance with UL 1008 and be labeled in accordance with that standard's 11/2 and 3 cycle, long-time ratings. ATSs which are not tested and labeled with 11/2 and 3 cycle (any breaker) ratings and have series, or specific breaker ratings only, are not acceptable. 4.2 Tests and Certification A. The complete ATS shall be factory tested to ensure proper operation of the individual components and correct overall sequence of operation and to ensure that the operating transfer time, voltage, frequency and time delay settings are in compliance with the specification requirements. B. Upon request, the manufacturer shall provide a notarized letter certifying compliance with all of the requirements of this specification including compliance with the above codes and standards, and withstand and closing ratings. The certification shall identify, by serial number(s), the equipment involved. No exceptions to the specifications, other than those stipulated at the time of the submittal, shall be included in the certification. C. The ATS manufacturer shall be certified to ISO 9001 International Quality Standard and the manufacturer shall have third party certification verifying quality assurance in design/development, production, installation and servicing in accordance with ISO 9001. 4.3 Service Representation A. The ATS manufacturer shall maintain a national service organization of company - employed personnel located throughout the contiguous United States. The service center's personnel must be factory trained/ employed and must be on call 24 hours a day, 365 days a year and shall arrive at jobsite in stocked service vehicle with common repair parts. Manufacturers who rely on 3rd party contractors for repair and or service are prohibited. B. The manufacturer shall maintain records of each switch, by serial number, for a minimum of 20 years. END OF SECTION 164960 Automatic Transfer Switch Page 10 of 10 Addendum No. 3 Attachment No. 8 Page 10 of 10 SECTION 169200 PACKAGED CONTROL ROOM (PCR) PART 1 GENERAL 1.01 SCOPE A. The specification covers requirements applicable to the provision of Packaged Control Rooms (PCR). The PCR 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). 169200 Packaged Control Room Page 1 of 7 Addendum No. 3 Attachment No. 9 Page 1 of 7 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 PCR 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 PCR. PART 2 PRODUCTS 2.01 PACKAGED CONTROL ROOM (PCR) A. The PCR 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. 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. 169200 Packaged Control Room Page 2 of 7 Addendum No. 3 Attachment No. 9 Page 2 of 7 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 zinc plated. 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 door hardware 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 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. 169200 Packaged Control Room Page 3of7 Addendum No. 3 Attachment No. 9 Page 3 of 7 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 4' LED strip 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 100 -watt LED 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. 169200 Packaged Control Room Page 4 of 7 Addendum No. 3 Attachment No. 9 Page 4 of 7 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 #410 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 cadmium plated 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. 169200 Packaged Control Room Page 5of7 Addendum No. 3 Attachment No. 9 Page 5 of 7 PART 3 EXECUTION 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 PCR 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. B. The PCR manufacturer shall include in his costs associated with Engineer's factory inspection of the PCR 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 PCR for inspection. Provide detailed itinerary for each party. Owner shall forward names of individuals to contractor. 3.03 INSTALLATION A. Install the PCR enclosure as a complete assembly with all equipment factory installed and pre -wired. B. Install on pier 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. 169200 Packaged Control Room Page 6of7 Addendum No. 3 Attachment No. 9 Page 6 of 7 PART 4 SUBMITTALS 4.01 THE SUPPLIER SHALL PROVIDE THE FOLLOWING SUBMITTALS: A. Any quality plans, forms, or procedures deemed necessary by the customer. 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 169200 Packaged Control Room Page 7of7 Addendum No. 3 Attachment No. 9 Page 7 of 7 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance ith the Drawn gs, Spe ificat'ions, and Con • ct Doc ents, this Bid Proposal is submitted by k 1 ,1 l' . 1 ' T hii) .{ r. (type or print name of company) on: Wednesday, October 5, 2016 at 2:00 m for Sharpsburg Lift Station and Up River Road Force Main Rehabilitation. 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 bld 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 - Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 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 Agreernent 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 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No.1 page Iof 003000-1 Rev 01.13.2016 Addendum No. Addendum Date Signature Acknowledging Receipt \ 1 )\\(4 '2-- 1\T, fti '..-- 0,/\\v, \S ARTICLE 3 -- BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3,05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. information and observations obtained from visits to the Site; and D. The Contract Documents. Sid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No. 1 Page 2 of 6 003000-2 Rev01•13.1075 3.05 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified In the Contract Documents, and 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 BI D 4.01 Bidder will complete the Work In accordance with the Contract Documents for: Base Bid Price 5 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. 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. Bid Acknowledgement form Sharpsburg Lift Station and Up River Road force Main Rehabilitation Project No. 7389 Addendum No.1 Attithment No.1 Pase3ofG 003000-3 Rev Ol43 SDI6 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 400 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 430 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. ARTICLE 8 DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 003000-4 Attachment No. 1 Page 4 of 6 Rav01,131016 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 Bld Form. 10.03 Bidders who are Individuals ("natural persons" as defined by the Texas Business Organizations Cade §1.002), but who will not be signing the Bid Form personally, shall include In their bld 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 Bld a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual{s} authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10,05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 00 30 00 - 5 Attathment No. Rev01.13.201G Page 5of6 j ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder. By: Name: Title: Attest: Associated Construction Partners LTD 215 W. Bandera Rd Ste. 114-461 RnQrnp TX 78006 (type. •r p 'n ed full legal name of Bidder) (indhiT a s +gna re) (typed or printefO t\ j1V 19Yin (typed or printed) (individuals signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Iti>Evt 18te7G t�tlaotx.uw� rOaui r c,: 215 W Randers Rd Ste 1U-461 Boeme TX 78006 Email: 1 11 Pik if (t/ i1 4'1 L'YL (Attach evidence of authority to sign if the authorized individual is not the Bider, 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 Bld Acknowledgement Form Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 Addendum No.1 Attachment No.1 Page 6016 00 30 00- 6 Rev 01.13-7016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: Associated Construction Partners LTD 215 W. Bandera Rd Ste. 114-461 efffifti VIA fir, (signature -- attach evidence of authority to sign) Kft(\ 1.n -- (typed or printed) D 215 W. Bandera Rd Ste. 114-461 Boerne TX 78006 610'1V 1 Email: i iaG 1- END OF SECTION Compliance to State Law on Nonresident Bidders Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 PVITIP-1/c. (11 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTTY PURCHASING DIVISION City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 12, 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: dated Construction Partners VP P. O. BOX: 215 W.13andera ltd Ste. 11446 Boerne TX 78006 STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 4. Association 2. Partnership . 5. Other 3. Sole Owner Q DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4, State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi Disclosure of Interest 003005-1 Rev 01.13.2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Signature of Certifying Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect an 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 sok 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." "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. g• City of Corpus Christi Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No. 7389 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: Phone: AV,ociated Construction Parthers LT 215 W Panrlera Rd Ste. 114-461 (peclpr printed) Boerne TX 78006 ( — •ttoch evil nce of authority to sign) (typed or( (1l n�)�4 KLLt, 1 R .C' Tr i. r • • •-• 215 W. aandera Rd Ste. 114-461 Boerne TX 78006 )/-(111-1' Email: END END OF SECTION 49 a 4 - Non -Collusion Certification 00 30 06 - 1 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation 11-25-2013 Project No. 7389 CIVCAST Report Created On: 10/12/2016 2:20:27 PM PROJECT: 7389 Sharpsburg Lift Station and Up River Road Force Main Rehabilitation BIDDER: Associated Construction Partners Ltd TOTAL BID: $3,044,255.00 COMPLETION TIME: Not Required BIDDER INFO: 215 W Bandera Rd Ste 114-461 Boerne,TX 78006 P: 210-698-8714 F: 210-698-8712 BID FORM Report Created On: 10/12/2016 2:20:27 PM BASE BID Total Part A - General $385,000.00 Part B - General $985,000.00 Part C - General $1,045,250.00 Part D - General $128,005.00 Part E - General $501,000.00 Totai $3,044,255.00 Base Bid Part A - General No. Description Unit Qty Unit Price Ext Price Al Mobilization LS 1 $141,000.00 $141,000.00 A2 Site Clearing and Stripping LS 1 $10,000.00 $10,000.00 A3 Unsuitable Site Soil Removal and Replacement LS 1 $25,000.00 $25,000.00 A4 Existing Lift Station and Sitework Demolition LS 1 3109,000.00 $109,000.00 A5 Storm Water Pollution Prevention Plan LS 1 $10,000.00 $10,000.00 A6 Traffic Control Measures LS 1 $15,000.00 $15,000.00 A7 Allowance For Unanticipated Adjustments LS 1 $50,000.00 $50,000.00 A8 Exploratory Excavations LS 1 $25,000.00 $25,000.00 Sub Total: $385,000.00 Part B - General No. Description Unit Qty Unit Price Ext Price B1 Lift Station and Valve Vault Structural Modifications LS 1 $65,000.00 $65,000.00 B2 Lift Station Piping, Valves, Fittings and Appurtenances To East Lift Station Site Boundary LS 1 3410,000.00 $410,000.00 B3 Flow Sensor and Vault LS 1 $25,000.00 325,000.00 B4 Lift Station Pumps, Base and Supports, All Accessories LS 1 $240,000.00 $240,000.00 B5 Odor Control System Including All FRP Piping LS 1 $120,000.00 $120,000.00 1 B6 Lift Station Bypass Operations LS 1 $125,000.00 $125,000.00 CIVCAST Report Created On: 10/12/2016 2:20:27 PM Part B - General No. Description Unit Qty Unit Price Ext Price Ext Price Sub Total: $985,000.00 Part C - General No. Description Unit Qty Unit Price Ext Price C1 24" PVC Gravity Sewer (12' To 14° Depth) LF 76 $450.00 $34,200.00 C2 24" PVC Gravity Sewer(14' To 16' Depth) LF 58 $500.00 $29,000.00 C3 6' Dia. FRP Manhole Over Existing 24" Gravity Sewer EA 1 $7,500.00 $7,500.00 C4 5' Dia. FRP Manhole (13' Depth) EA 1 $6,000.00 $6,000.00 C5 5' Drop FRP Manhole (16' Deep) EA 1 $8,500.00 $8,500.00 C6 10' Dia. FRP Wet Well Bypass Structure Over Existing 18" Gravity Sewer LS 1 $70,000.00 $70,000.00 C7 20" PVC Force Main, Lift Station To Up River Road LF 275 $400.00 $110,000.00 C8 20" x 24" Reducer at Up River Road EA 1 $1,500.00 $1,500.00 C9 20" 11.25° Bend EA 3 $800.00 $2,400.00 C10 20" 45° Bend EA 8 $800.00 $6,400.00 C11 24" New PVC Force Main at Allison WWTP LF 460 $300.00 $138,000.00 C12 New 20" Force Main Tie -In To Existing 24" Force Main, Up River Road LS 1 $55,000.00 $55,000.00 C13 20" Tapping Sleeve and Valve at Allison WWTP EA 1 $29,000.00 $29,000.00 C14 24" x 20" D.I. Reducer At Allison WWTP EA 1 51,000.00 $1,000.00 C15 24" 11.25° D.I. Bend EA 2 $1,900.00 $3,800.00 C16 24" 22.50° D.I. Bend EA 1 $1,900.00 $1,900.00 C17 24" x 24" x 6" Tee EA 1 $1,900.00 $1,900.00 C18 6" x 3" Reducer EA 1 $500.00 $500.00 C19 Remove and Replace Section of Fence at Allison WWTP LS 1 $1.500.00 $1,500.00 C20 Tie -In To Existing 24" PVC Pipe at Allison WWTP LS 1 $7,000.00 $7,000.00 C21 6" PVC Force Main - Up River Road LF 1540 $130.00 $200,200.00 C22 6" 90° Bend EA 1 $750.00 $750.00 CIVCAST Report Created On: 10/12/2016 2:20:27 PM Part C - General No. Description Unit Qty Unit Price Ext Price C23 6" Wye EA 1 $650.00 $650.00 C24 6" 45° Bend EA 12 $650.00 $7,800.00 C25 6" 11.25° Bend EA 3 $650.00 $1,950.00 C26 6" 22.50° Bend EA 2 $650.00 $1,300.00 C27 6" Plug EA 1 $900.00 $900.00 C28 1" ARV On 6" Line in 5' FRP Manhole EA 2 $6,500.00 $13,000.00 C29 3" ARV On New 20" Force Main EA 1 $1,300.00 $1,300.00 C30 3" ARV On New 24" Force Main - Allison WWTP EA 5 $400.00 $2,000.00 C31 3" ARV on Existing 24" PVC Force Main Sand Bedding EA 1 $Z500.00 $2,500.00 C32 3" ARV On Existing 20" D.I. Force Main Sand Bedding EA 2 $1,900.00 $3,800.00 C33 3" ARV On Existing 20" D.I. Force Main Concrete Encased EA 5 $1,900.00 $9,500.00 C34 Trench Safety For 10' Bypass Structure LS 1 $15,000.00 $15,000.00 C35 Trench Safety For Manholes and Meter Vault EA 4 $2,000.00 $8,000.00 C36 Trench Safety For Gravity Sewer Line LF 120 $150.00 $18,000.00 C37 Trench Safety For Force Mains LE 2300 $10.00 $23,000.00 C38 Trench Safety For ARV's EA 11 $500.00 $5,500.00 C39 Manholes and Bypass Wet Well Bypass Operations LS 1 $75,000.00 $75,000.00 C40 Bore Pit, Bore and Tie -In At Lift Station LS 1 $25,000.00 $25,000.00 C41 Excavation Dewatering LS 1 $85,000.00 $85,000.00 C42 Fill Abandoned 20' Dia. D.I. Force Main and 18" VC Sewer w/Flowable Fill LF 250 $30.00 $7,500.00 C43 Pavement Repair SY 625 $36.00 $22,500.00 Sub Total: $1,045,250.00 Part D - General No. Description Unit Qty Unit Price Ext Price 01 Concrete Pavement and Curbs SY 1190 $54.00 $64,260.00 D2 PCR Building Foundation LS 1 $6,000.00 $6,000.00 D3 Transformer Foundation LS 1 $6,500.00 $6,500.00 CIVCAST Report Created On: 10/1212016 2:20:27 PM Part D - General No. Description Unit Qty Unit Price Ext Price D4 Generator Foundation LS 1 $4,500.00 $4,500.00 05 Odor Control Blower Foundation LS 1 $2,500.00 $2,500.00 D6 7' Chain Link Fence LF 375 $29,00 $10,875.00 07 18' Wide Security Gate w/Card Reader LS 1 $5,50000 $5,500.00 D8 5' Wide Personnel Gate EA 1 $1,500.00 $1,500.00 D9 Miscellaneous Waterline Piping, Hose Bib, Backflow Prevention, Odor Control Water Service LS 1 $3,500.00 $3,500.00 010 Crushed Limestone and Weed Barrier Fabric SF 640 $8.00 $5,120.00 011 Removable Bollards EA 15 $850.00 $12,750.00 D12 Concrete Driveway Culvert LS 1 $5,000.00 $5,000.00 Sub Total: $128,005.00 Part E - General No. Description Unit Qty Unit Price , Ext Price El General Conditions, Start -Up, Training and O&M's LS 1 $2,000.00 S2,000.00 E2 Electrical Demolition LS 1 $3,000.00 $3,000.00 E3 Conduit Installation LS 1 $60,000.00 $60,000.00 E4 PCR Building, MCC, Pump Control Panel and Lighting Panel LS 1 $220,000.00 $220,000.00 E5 Generator LS 1 $100,000.00 $100,000.00 E6 Power and Instrument Wiring Installation LS 1 $35,000.00 $35,000.00 E7 SCADA RTU Modifications LS 1 $30,000.00 $30,000.00 E8 Instrumentation LS 1 $40,000.00 $40,000.00 E9 Transformer LS 1 $11,000.00 $11,000.00 Sub Total: $501,000.00 BID BOND Conforms with The American institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Associated Construction Partners, Ltd. 215 W. Bandera Rd., Ste. 114-461, Boerne, Texas 78006 and the Mid -Continent Casualty Company as Principal, hereinafter called the Principal. of P.O. Box 1409, Tulsa, OK 74101 a corporation duly organized under the laws of the State of Ohio City of Corpus Christi , as Surety, hereinafter called the Surety, arc held and firmly bound unto in the sum of "` FIVE PERCENT OF TOTAL AMOUNT BID '"" as Obligee, hereinafter called the Obligee, Dollars ( 5% TAB ) , for the payment of which sum ucll and truly to be made, the said Principal and the said Surety. bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Sharmhurg_LS_ancL114aJaisiehab NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds. if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perfonn the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 5th day of October 2016 Witness Ass= is -d Construction Partners, Ltd. (Seal) 171,_ Principal Title Witness Mid-Cnent Casual Company Company y /r .4eeh Attomcy-in-Fact MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSA, OKLAHOMA 74119 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS; That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Clark Fresher, Bryan K. Moore, Betty J. Reeh and Gary W. Wheatley, all of SAN ANTONIO, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of August . 2016 ‘wolf !; ?•USEAL 00. �:= ,Dr1io oh' ATTEST: '��i.iii' SHARON HACKL 't Secretary MID-CONTINENT CASUALTY COMPANY -7-0-2141 TODD BAZATA VICE PRESIDENT On this 22 day of August , 2016 before me personally appeared TODD BAZATA to me known, being duly sworn, deposes and says that s/he resides in Broken Arrow, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company. the company described in and which executed the above instrument; that s/he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. STATE OF OKLAHOMA Ss COUNTY OF TULSA �r!l►►1►*Irs,�, ' AL L ▪ arc Z • 'ssttf �'ti: %yfpNE�'• trd1,r` JULIE • HAN Notary Public Commission # 11008253 My C ion Expires: 0•,-08-19 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1. SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoked and are now in full force and effect. VOID IF BOX IS EMPTY Signed and sealed this S14 day of Oc - i 2-LCk- -.z-r fr SHARON HACKL Secretary MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY STATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (I) ofshe Texas Government Code and Section 53.202(6) ofthe Texas Property Code, any notice ofclaim to the named surety under this bond(s)should be sent to: Malang: Physicah MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-5117-7221 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH MB NOTICE TO YOUR BOND 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY Ci 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: Associated Construction Partners LV 215 W. Bandera Rd bte. t 1 Boerne TX 78006 FIRM IS: 1. Corporation 4. Association CITY: 2. Partnership 5. Other i►' ■ 3. Sole Owner E] 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 Jab Title and City Department (if known) n 2. State the names of each `official ' of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title n/a 3. State the names of each "board member" of the City of Corpus Christi having an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee n/a 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant rf/ a City of Corpus Christi Disclosure of Interest 003Go5-1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)]. CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, "Vexes as changes occur. Certifying Person: Title: r til tUiIIL({.1 Signature of Certifying Date: Person: rower DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g - "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 003005-2 Rev 0143-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on December 13, 2016, is between the City of Corpus Christi (Owner) and Associated Construction Partners, Ltd. (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: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation, Project No. 7389. ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Coym, Rehmet & Gutierrez Engineering, L.P. — J. Don Rehmet, P.E., R.P.L.S. 5656 S. Staples, Suite 230 Corpus Christi, Texas 78411 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd. #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 400 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 430 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if Agreement Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 005223-1 Rev 01-13-2016 the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $500 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 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. The Total Base Bid shall be considered a lump sum bid for the Project. The breakdown of work items and, in some cases, the quantities shown on the Proposal Form are to be considered approximate. The costs shown for each item will be used for bid analysis, and for the successful bidder, will be utilized for calculations of partial pay estimates. Omissions of quantities or items on the Proposal Form which are shown on the Plans and Specifications shall not be cause for additional reimbursement or invalidation of the lump sum total base bid. The Proposal Form contains a $50,000 item as an allowance for "Contingency Funds". This amount will be added into the total base bid, however, the amount or a portion thereof will be utilized only for unanticipated work and only with the authorization of the Director of Engineering Services. Include the cost of any ancillary items in the cost of the Proposal item of which it is a part. Total Base Bid Price $3,042,665.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 005223-2 Rev 01-13-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 005223-3 Rev 01-13-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 005223-4 Rev 01-13-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. b. None 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR — Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 005223-5 Rev 01-13-2016 ATTEST Digitally signed by Rebecca Huerta DN: cn=Rebecca Huertao. ou. email=rebeccah@cctexas.com c=US Date: 2017.01.04 16:53:05 -06'00' Rebecca Huerta City Secretary CITY OF CORPUS CHRISTI Digitally signed by Jeff Edmonds DN: cn-Jeff Edmonds, o, ou-Engineering, email=jeffreye@cctexas.com, c -US Date: 2017.01.04 12:05:29 -06'00' J.H. Edmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM: M2016-155 Authorized 4 I 2016.12.22 16:05:24 -06'00' Janet L. Kellogg Assistant City Attorney By council 12/13/16 RH/ML Digitally signed by RH/ML Date: 2017.01.04 16:38:08 -06'00' ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Associated Construction Partners, Ltd. By: Title: Manager Digitally signed bv Jill Simpson DN cr,Jill Simpson associated Construction ParNers Ltd ou Date 2016121511'2517 0600 215 W. Bandera Rd., Ste. 114-461 Address Boerne TX 78006 City 210/698-8714 Phone jill@acpartners.org State Zip Fax EMail END OF SECTION Agreement Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No. 7389 005223-6 Rev 01-13-2016 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY $ $ 10101 Reunion Place, Suite 100 IBTX Risk Services SAT Cert ID 21905 1201 Leopard Street Continental Casualty Company 20443 Continental Insurance Company 35289 12/15/2016 215 W Bandera Road Suite 114-461 10/04/2016 10/04/20176020650999 B service@ib-tx.com 10/04/2016 10/04/20176020650985 A B X X X San Antonio TX 78216 Corpus Christi TX 78401 Boerne TX 78006 (210) 696-6688 (210) 831-5771 (210) 696-8414 X X X X X 500,000 1,000,000 5,000,000 5,000,000 15,000 10/04/2016 10/04/20176020651005 1,000,000 1,000,000 2,000,000 2,000,000 City of Corpus Christi – Engineering Services General Liability & Auto Liability policies include blanket automatic additional insured endorsements (#CNA750790115, #CA20481013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. General Liability & Auto Liability policies include blanket automatic waiver of subrogation endorsement (#CNA747050115, #CA04441013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. Primary Non-Contributory wording per endorsement (#CNA750790115).Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No 7389 Associated Construction Partners, Ltd. Page 1 of 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY $ $ 10101 Reunion Place, Suite 100 IBTX Risk Services SAT Cert ID 21905 5656 S Staples Street #230 Continental Casualty Company 20443 Continental Insurance Company 35289 12/15/2016 215 W Bandera Road Suite 114-461 10/04/2016 10/04/20176020650999 B service@ib-tx.com 10/04/2016 10/04/20176020650985 A B X X X San Antonio TX 78216 Corpus Christi TX 78411 Boerne TX 78006 (210) 696-6688 (210) 831-5771 (210) 696-8414 X X X X X 500,000 1,000,000 5,000,000 5,000,000 15,000 10/04/2016 10/04/20176020651005 1,000,000 1,000,000 2,000,000 2,000,000 Coym Rehmet & Gutierrez Engineering LP General Liability & Auto Liability policies include blanket automatic additional insured endorsements (#CNA750790115, #CA20481013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. General Liability & Auto Liability policies include blanket automatic waiver of subrogation endorsement (#CNA747050115, #CA04441013) that provides this feature only when there is written contract between named insured & certificate holder that requires such status. Primary Non-Contributory wording per endorsement (#CNA750790115).Re: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No 7389 Associated Construction Partners, Ltd. Page 1 of 1 ACCARLY CERTIFICATE OF LIABILITY INSURANCE Acct#: 1179840 DATE (MM/DD/YYYY) 12/15/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies, LLC 5847 San Felipe, Suite 320 Houston, TX 77057 CONTACT 888-828-8365 PHONE FAX (A/C, No, Ext): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Indemnity Insurance Co. of North America 43575 INSURED Insperity, Inc. (A PEO) ASSOCIATED CONSTRUCTION PARTNERS, LTD (A Client Company of The PEO) 19001 Crescent Springs Drive Kingwood, TX 77339 *SEE BELOW INSURER B : INSURER C : INSURER D $ INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO PREMISES a occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A X C49188948 10/1/2016 10/1/2017 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ASSOCIATED CONSTRUCTION PARTNERS, LTD (2407100) IS INCLUDED AS A NAMED INSURED THROUGH ENDORSEMENT. RE: PROJECT #7389 SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION WAIVER OF SUBROGATION IN FAVOR OF CITY OF CORPUS CHRISTI -ENGINEERING SERVICES WHEN REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CITY OF CORPUS CHRISTI -ENGINEERING SERVICES 1201 LEAPARD STREET CORPUS CHRISTI, TX 78401 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. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD ACCARLY CERTIFICATE OF LIABILITY INSURANCE Acct#: 1179840 DATE (MM/DD/YYYY) 12/15/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies, LLC 5847 San Felipe, Suite 320 Houston, TX 77057 CONTACT 888-828-8365 PHONE FAX (A/C, No, Ext): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Indemnity Insurance Co. of North America 43575 INSURED Insperity, Inc. (A PEO) ASSOCIATED CONSTRUCTION PARTNERS, LTD (A Client Company of The PEO) 19001 Crescent Springs Drive Kingwood, TX 77339 *SEE BELOW INSURER B : INSURER C : INSURER D $ INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DDIYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A X C49188948 10/1/2016 10/1/2017 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ASSOCIATED CONSTRUCTION PARTNERS, LTD (2407100) IS INCLUDED AS A NAMED INSURED THROUGH ENDORSEMENT. RE: PROJECT #7389SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION WAIVER OF SUBROGATION IN FAVOR OF COYM REHMET AND GUTIERREZ ENGINEERING, LP WHEN REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER COYM REHMET AND GUTIERREZ ENGINEERING, LP 5656 S STAPLE STREET, SUITE 230 CORPUS CHRISTI, TX 78411 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. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY $ $ 10101 Reunion Place Suite #100 IBTX Risk Services SAT Cert ID 22616 1201 Leopard Street Continental Casualty Company 20443 12/15/2016 215 W Bandera Road Suite 114-461 A X San Antonio TX 78216 Corpus Christi TX 78401 Boerne TX 78006 (210) 696-6688 (210) 831-5771 (210) 696-8414 X Worksite Pollution 10/04/2016 10/04/20176020651005 1,000,000 City of Corpus Christi – Engineering Services Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No 7389 Associated Construction Partners, Ltd. Page 1 of 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY $ $ 10101 Reunion Place Suite #100 IBTX Risk Services SAT Cert ID 22616 5656 S Staples Street #230 Continental Casualty Company 20443 12/15/2016 215 W Bandera Road Suite 114-461 A X San Antonio TX 78216 Corpus Christi TX 78411 Boerne TX 78006 (210) 696-6688 (210) 831-5771 (210) 696-8414 X Worksite Pollution 10/04/2016 10/04/20176020651005 1,000,000 Coym Rehmet & Gutierrez Engineering LP Re: Sharpsburg Lift Station and Up River Road Force Main Rehabilitation Project No 7389 Associated Construction Partners, Ltd. Page 1 of 1 <MARKETABLE PRODUCT NAME> Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: «PolNumber» Page 1 of 2 Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization’s liability for: A.unless paragraph B. below applies, 1. bodily injury,property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured’s ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products- completed operations hazard, and only if a.the written contract requires the Named Insured to provide the additional insured such coverage; and b.this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1.this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A.coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury,property damage, or personal and advertising injury arising out of: A.the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B.any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance is required by written contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 2 B.any pan endorse IV. IV. Notwithstanding Notwithstanding thethe Condition entitCondition en insured whether oherw dering odering o ding: ding: ..the preparing, appthe preparing, field orders, change ofield orders, c supervisory, inspection,pervisor emises or work foes or work ment attachedattached anythyth n requiredn requir surance than requsurance than anted by this endorsemeanted by this endorseme onal and advertising injuryonal and advertising injur f, or the failure to rendethe failure to rend roving, or fang, or fa orders ors o ge g nd ally requires theally requires t f CG2010 or the 10-CG d conditions of this policy, ndit incin by the y the written contractwritten contrac ired by the ired by the writtewritte nt to the aris and adand forf bodily injurbodily Named Insuremed In 1 edition of Cition of C ludingding erformaerfor part by by your workyour ed to provide the additional insuhe additional insu advertising injury rtising injury arising out arising out ry or property dpropert dd tt on’s liability foron’s liabilit ry ry caused in whole or in part aused in whole or in par ance of such e of such Named Insuresur k and included d included redred or: rt by thy th ed Continental Casualty Company Associated Construction Partners, Ltd., Associated Controls & Instrumentation, LLC. 6020651005 10/04/2015 COMMERCIAL GENERAL LIABILITY COVERAGE PART I. The WHO IS AN INSURED section is amended to add as an Insured any person or organiz nization whom the nization whom the NamedNamedyp g Insured is required by written contract to add as an additional insured on this coverage age ge part,ge part including any such including any such qy g person or organization, if any, specifically set forth on the Schedule attachment to this endorse g s endorss endo p,gy rsement. However, such nt. Hpg y p y person or organization is an Insured only with respect to such person or organizatio . However, if this insurance is required by written py , , g y ,q y co be primary and non-contributory, this insurance will be primary and non-contributory relative solely to contracton to be o be py y insurance on which the additional insured is a named insured. urance onurance on 10/04/2016 <MARKETABLE PRODUCT NAME> Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement CNA75079XX (1-15) Policy No: «PolNumber» Page 2 of 2 Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4.tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. ment, which ment, which e effective date oe effective date res concurrently with sres concurrently w nsurens s endorsemes endorse onditions of the Policy remainonditions of the Policy rema forms a part of and is fs a part of and is ff said Polid Policy at thcy at th aid Policy. Policy. ve dure du rty damagey da ; or the personal and advertisinpersonal and advertis ed seeks coverage. seeks nt shall apt shall a ply solely to ely to unc en agreen erage parterage pa , p ing the term of thhe term ng injuinju rtrt. Ho. H phph (4)(4) does onal insured under this ed under red. orsement, the section entitled orsement, the section entitled DEDE eement that requires theent that requires th Na provided the contract oded the contract his policy; andpolicy; an able cooperate with cooperate r or self insurer whose policyr or self insurer whose polic owever, if the er, if the written contraont s not apply to insuranceapply to insurance endorsemeorseme th the adth th y result in a y result in a claimclaim;; ble any other insurance the le any other insurance the h the InsurerInsu in the cy or por p ac <MARKETABLE PRODUCT NAME> Contractors’ General Liability Extension Endorsement CNA74705XX (1-15) Policy No: «PolNumber» Page <Current Page No> of <Total Pages> Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non-Contributory To Additional Insured’s Insurance 3. Bodily Injury – Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury – Exception for Reasonable Force 11. General Aggregate Limits of Insurance – Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability – Damage To Premises / Alienated Premises / Property In The Named Insured’s Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft 20. Personal And Advertising Injury – Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation – Blanket 26. Wrap-Up Extension: OCIP CCIP, or Consolidated (Wrap-Up) Insurance Programs 23.23 24. Un24. U 25. Waiver Waiver26. Wrap-Up Ex26. Wrap-Up E nal And nal And ersonal And Adversonal And A . Property Damage - Ele. Property DamagSupplementary Paymentsplementantentional Failure Tional Fof Subrogatbrogattenen ss ircraft Coverage ircraft Coverage d Watercraftd Watercra Advertising Injury – Discertising Injury – Discvertising Insing Injury - jury - evators ors CoveragCovera mited Liability Cmited Liabilit o Premises / AlienaPreted l Per ProjePer P e ompaniesaniesPremisesmises nd Your Wd You asonable Force asonable Force ect surancsura Work rsemersem nce 6020651005 10/04/2015Continental Casualty Company Associated Construction Partners, Ltd., Associated Controls & Instrumentation, LLC. 10/04/2016 <MARKETABLE PRODUCT NAME> Contractors’ General Liability Extension Endorsement CNA74705XX (1-15) Policy No: «PolNumber» Page <Current Page No> of <Total Pages> Endorsement No: «Sequence» «PolUWCompany» Effective Date: «EndoEffectiveDate» Insured Name: «CusChangeName» Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured’s Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1.the Named Insured’s ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury,property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION – CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury,property damage, or personal or advertising injury that occurs during the Named Insured’s ongoing operations at the project, or during such operations of anyone acting on the Named Insured’s behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured’s involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: (c in insuinsu C.C.DEFINITIONDEFINITIO Consolidateddatprime contrcont covering covering nsuransur ly inj t of those t of those nditionnditi 4. Other IOther This insurance is excessThis insurance is e )Any of the other insuranny of the to the e Named InsuredNam urance programnce progra ance progre progr S is is doe ,,property damproperty ongoing operations aongoing operatio ss behalf; nor behalf; ury or or property damageproperty damage in i portions of ons of the project ththe project th nsuranceance is ame is ame over:r: RUR rolled Inolled I he followinghe following chc to the above-referenco th ated (wrap-up) insurance p (wrap-up) insurance s not apply to those sums theot apply to those sums magemage, or , or personapersona the project, the project, pupu s not s n or regulationor regula CTION WRAP-UN WR surance Prce Programo anges apply: s apply ed endorsemndorsem rogrogr n wn w ement: eme e Partart; and ; and or personal and advernal and a TED (WRAP-UP) TED (WR INSURANCE PRNSURANCE PR ublic consublic construction project in the struction project in the s permitted to be insured unmitted to be insured un n UP is attached s attache ms (O.C.I(O.C.I or writing to waive such rights of writing to waive such rights o rtising injung inju thethe failure. fai Us is amended to add to a or organization because of or organization because of of recrec Associated Construction Partners, Ltd., Associated Controls & Instrumentation, LLC. Continental Casualty Company 6020651005 10/04/2015 25. WAIVER OF SUBROGATION - BLANKET 10/04/2016 POLICY NUMBER:6020650985 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Associated Construction Partners, Ltd. Endorsement Effective Date: 10/04/2016 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. POLICY NUMBER: 6020650985 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Associated Construction Partners, Ltd. Endorsement EffectiveDate: 10/04/2016 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CNA PARAMOUNT Changes -Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY –NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium):030 Number of days notice for nonpayment of premium:10 Name of person or organization to whom notice will be sent:Per Schedule on File Address:Per Schedule on File . , TX . If no entry appears above,the number of days notice for nonpayment of premium will be 10 days. policyIt is understood and agreed that in the event of cancellation or any material restrictions in coverage during the period,the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule.Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy,unless another effective date is shown below,and expires concurrently with said Policy. 6020651005CNA74702XX(1-15)Policy No: 23Page1o f1 Endorsement No: CONTINENTAL CASUALTY COMPANY 10/04/2016EffectiveDate: ASSOCIATED CONSTRUCTION PARTNERS, LTD.Insured Name: Copyright CNA All Rights Reserved. 50 0 2 0 0 0 0 5 6 0 2 0 6 5 1 0 0 5 8 8 6 1 CNA72315XX (Ed.02/13) NOTICE OF CANCELLATION OR MATERIAL CHANGE –DESIGNATED PERSON OR ORGANIZATION BUSINESS AUTO COVERAGE FORMIt is understood and agreed that this endorsement amends the as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form,we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below.This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1.Number of days advance notice: 10 Days if we cancel for non-payment of premium. 30 Days if the policy is cancelled for any other reason,or if coverage is restricted or reduced by endorsement. 2.Person or Organization's Name and Address "Per schedule maintained on file"Name: Attention: Street Address: City,State,ZIP: :e-mail address All other terms and conditions of the Policy remain unchanged. CNA72315XX (02/13)Policy No: Page 1o f1 Endorsement No: 10/04/2016EffectiveDate: ASSOCIATED CONSTRUCTION PARTNERS, LTD.Insured Name: Copyright CNA All Rights Reserved. 20 0 2 0 0 0 8 5 6 0 2 0 6 5 0 9 8 5 1 3 1 7 6020650985 Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C49188948 Policy Period 10/1/2016 TO 10/1/2017 Effective Date of Endorsement 10/1/2016 Issued By (Name of the Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS NOTICE OF MATERIAL CHANGE This endorsement applies only to the insurance provided by the Information Page. In the event of cancelation or other material change of the policy, organization named in the Schedule. The number of days advance This endorsement shall not operate directly or indirectly to benefit Schedule 1. Number of Days Advance Notice 30 2. Notice will be mailed to: CITY OF CORPUS CHRISTI -ENGINEERING SERVICES 1201 LEAPARD STREET CORPUS CHRISTI, TX 78401 ENDORSEMENT policy because Texas is shown in item 3.A. of the we will mail advance notice to the person or notices is shown in the Schedule. anyone not named in the Schedule. Q_)__ kl-UL kit Authorized Agent WC 42 06 01 (7/84) Ptd, in U.S.A. Acct#: 1179840 Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C49188948 Policy Period 10/1/2016 TO 10/1/2017 Effective Date of Endorsement 10/1/2016 Issued By (Name of Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (X) Specific Waiver Name of person or organization: CITY OF CORPUS CHRISTI -ENGINEERING SERVICES 1201 LEAPARD STREET CORPUS CHRISTI, TX 78401 Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: RE: PROJECT #7389 SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 3. Premium: The premium charge for this endorsement shall be INCLUDED percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED list5 Authorized Representative WC 42 03 048 (06/14) CD Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C49188948 Policy Period 10/1/2016 TO 10/1/2017 Effective Date of Endorsement 10/1/2016 Issued By (Name of the Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS NOTICE OF MATERIAL CHANGE This endorsement applies only to the insurance provided by the Information Page. In the event of cancelation or other material change of the policy, organization named in the Schedule. The number of days advance This endorsement shall not operate directly or indirectly to benefit Schedule 1. Number of Days Advance Notice 30 2. Notice will be mailed to: COYM REHMET AND GUTIERREZ ENGINEERING, LP 5656 S STAPLE STREET, SUITE 230 CORPUS CHRISTI, TX 78411 ENDORSEMENT policy because Texas is shown in item 3.A. of the we will mail advance notice to the person or notices is shown in the Schedule. anyone not named in the Schedule. Q_)__ kl-UL kit Authorized Agent WC 42 06 01 (7/84) Ptd, in U.S.A. Acct#: 1179840 Workers' Compensation and Employers' Liability Policy Named Insured Insperity Inc. ASSOCIATED CONSTRUCTION PARTNERS, LTD Endorsement Number Policy Number Symbol: RWC Number: C49188948 Policy Period 10/1/2016 TO 10/1/2017 Effective Date of Endorsement 10/1/2016 Issued By (Name of Insurance Company) Indemnity Insurance Co. of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. (X) Specific Waiver Name of person or organization: COYM REHMET AND GUTIERREZ ENGINEERING, LP 5656 S STAPLE STREET, SUITE 230 CORPUS CHRISTI, TX 78411 Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: RE: PROJECT #7389SHARPSBURG LIFT STATION AND UP RIVER ROAD FORCE MAIN REHABILITATION 3. Premium: The premium charge for this endorsement shall be INCLUDED percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: INCLUDED list5 Authorized Representative WC 42 03 048 (06/14) CD Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 00 6116 PAYMENT BOND BOND NO. 1014512 Contractor as Principal Name: Associated Construction Partners, Ltd. Mailing address (principal place of business): 215 W. Bandera Rd., Ste. 114-461 Boerne. TX 78006 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: 87389 Sharpsburg Lift Station and UpRiver Road Force Main Rehabilitation Award Date of the Contract: December 13, 2016 Contract Price: 53.042,665.00 Bond Date of Bond: December 20, 2016 (Dote of Bond cannot be earlier than Award Date of Contract) Surety Name: Mid -Continent Casualty Company Mailing address (principal place of business): PO Box 1409 Tulsa, OK 74101 Physical address (principal place of business): 1437 South Boulder, Suite 200 Tulsa, OK 74119 Surety is a corporation organized and existing under the laws of the state of: Ohio 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): 918.587.7221 Telephone (for notice of claim): 918.587.7221 Local Agent for Surety Name: Address: Jason Grove - Grove & Davis Insurance Age 4646 Corona Dr., Suite #270 Corpus Christi, TX 78411 Telephone: 361.851.0577 Email Address: jgrove@grovedavisins.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 00 6116 -1 87389 Sharpsburg Lift Sta & UpRiver Rd Force Main Rehabilitation 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 sold Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas forRny legal acti Contractor as Priv`` cipal d J,. Title: k Email Address: Signature: Name: Surety Signature: Name: Title: Betty J. Attorne in Fact Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) • E END OF SECTION Payment Bond Form 47389 Sharpsburg Uft Sta & UpRiver Rd Force Main Rehabilitation 006116-2 7-8-2014 1 t, .11 • MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Clark Fresher, Bryan K. Moore, Betty J. Reeh and Gary W. Wheatley, all of SAN ANTONIO, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of August 2016 +++'��CAS +P• •....V•f r` O T. n- w; SEAL OHIO ,+++ ATTEST: "'','''' 113 SHARON HACKL Secretary TODD BAZATA dr 7 VICE PRESIDENT MID-CONTINENT CASUALTY COMPANY On this 22 day of August 2016 before me personally appeared TODD BAZATA , to me known, being duly sworn, deposes and says that s/he resides in Broken Arrow, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that s;he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. STATE OF OKLAHOMA Ss COUNTY OF TULSA ��j� 1 A 71,'`. - My C .Z ,.r� �on Expires: 0- 08-19 � .� ''400.NE4�•GP JULIE • HAN Notary Public Commission # 11008253 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION i, SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of At+orney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoke and are now in full force and effect. Signed and sealed this day of eP 2-(-1 ++�5 ••••;- •V OR. .1.= :°SEAL`•_= ,•*•;: , OHIO ++' , ` ,,,,,, 101 VOID IF BOX IS EMPTY SHARON HACKL Secretary e_- -Th L -- MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY S TATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (f) of the Texas Government Code and Section 53.202(6) ofthe Texas Property Code, any notice of claim to the named surety under this bond(s) should be sent to: Mailing: Physical: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 1437 S. BOULDER SUITE 200 TULS A, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND 00 6113 PERFORMANCE BOND BOND NO. 1014512 Contractor as Principal Name: Associated Construction Partners, Ltd. Mailing address (principal place of business): 215 W. Bandera Rd., Ste. 114-461 Boerne, TX 78006 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: #7389 Sharpsburg Lift Station and UpRiver Road Force Main Rehabilitation Award Date of the Contract: December 13, 2016 Contract Price: $3.042,665.00 Bond Date of Bond: December 20, 2016 (Dote of Bond cannot be earlier than Award Dote of the Contract) Surety Name: Mid -Continent Casualty Company Mailing address (principal place of business): PO Box 1409 Tulsa, OK 74101 Physical address (principol place of business): 1437 South Boulder, Suite 200 Tulsa, OK 74119 Surety is a corporation organized and existing under the laws of the state of: Ohio By submitting this Bond, Surety arms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 918.587.7221 Telephone (for notice of claim): 918.587.7221 Local Agent for Surety Name: Address: Jason Grove - Grove & Davis Insurance Agenc) 4646 Corona Dr., Suite #270 Corpus Christi, TX 78411 Telephone: 361.851.0577 Email Address: jgrove@grovedavisins.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: 1-1100-2.52-3439 Performance Bond 00 6113 -1 47389 Sharpsburg Lift Sta & UpRiver Rd Force Main Rehabilitation 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation Is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and ail 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: i )( 1.'l Name:JI�I�1111/ , j1.� Title: I , Email Address: eJ Surety Signature: Name: Betty J. R Title: Attorney in Fact Email Address: breeh@ib-tx.com (Attach Power of Attorney and place surety seal below) �.. %)'ci� c.� END OF SECTION Performance Bond 47389 Sharpsburg Lift Sta & UpRiver Rd Force Main Rehabilitation 006113-2 7-8-2014 MID-CONTINENT CASUALTY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the MID-CONTINENT CASUALTY COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attorney-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. Clark Fresher, Bryan K. Moore, Betty J. Reeh and Gary W. Wheatley, all of SAN ANTONIO, TX IN WITNESS WHEREOF, the MID-CONTINENT CASUALTY COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 22 day of August 2016 `�at,CASI/4 • SEAL` ▪ •=` ' ATTEST: ▪ ,,,,,,,, l`7,,'t tib.- SHARON HACKL MID-CONTINENT CASUALTY COMPANY C`t.. ---F0211 Secretary TODD BAZATA dfi VICE PRESIDENT On this 22 day of August 2016 before me personally appeared TODD BAZATA to me known, being duly sworn, deposes and says that s/he resides in Broken Arrow, Oklahoma, that s/he is a Vice President of Mid -Continent Casualty Company, the company described in and which executed the above instrument; that s/he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of her/his office under the By -Laws of said Company, and that s/he signed his name thereto by like authority. STATE OF OKLAHOMA COUNTY OF TULSA SS Commission # 11008253 01 Ali. 2 7.0' = My C. • ion Expires: 0 —08-19 • ��• PbsflfoP • ;•• n. ,,g _ • +gjAte �t•��,� 4_ •.9KLAN.. �f'aNER JULIE •' • HAN Notary Public This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Mid -Continent Casualty Company by unanimous written consent dated September 25, 2009. RESOLVED: That the President, the Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, SHARON HACKL Secretary of Mid -Continent Casualty Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of September 25, 2009 have not been revoke and are now in full force and effect. Signed and sealed this day of "ACP 7°1(O 010 cAS�,'- h%�P•P OH •!tom °SEAL07.` ,OHIO •alai.,. VOID IF BOX IS EMPTY SHARON HACKL Secretary i MD -CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY S TATE OF TEXAS CLAIM NOTICE ENDORSEMENT In accordance with Section 2253.021 (f) of the Texas Government Code and Section 53.202(6) ofthe Texas Property Code, any notice ofclaim to the named surety under this bond(s) should be sent to: Mailing: Physical: MID-CONTINENT CASUALTY COMPANY OKLAHOMA SURETY COMPANY P.O. BOX 1409 TULSA, OK 74101 TELEPHONE NO. 918-587-7221 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1o11 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 it there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2416-130651 Date Filed: 10/31/2016 Date Acknowledged: awledged: I� ppm_" 2016.12.2215:38:00 -06'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Associated Construction Partners Ltd hoerne, TX 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 identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. 7389 -Sharpsburg Lift Station Sharpsburg Lift Station and Up River Road Force Main Rehabilitation 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Simpson, Jill Boerne, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, rtnttier penalty of p ury, that the above disclosure is True and correct. 7 — RENEE RIEBER �. °<: Notary "ublic STATE (JF TEXAS r,Eo.,. Exp. March 19, 2019 My Comm. AFFIX NOTARY STAMP 1 SEAL ABOVE Sworn to and subscribed before me, by the said 20 , to certify which. witness my hand Signature r f u—tif fizzed' ajenuof \ t 1 , V - contracting business entity � II i- 1 this the I day of `—' 1 and seal of office. ff Si ure of officer administering oath Printed name of timer administering Dail Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277